Loading...
HomeMy WebLinkAboutContract 62415-PM1CSC No. 62415-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SANITARY SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS FOR DEER CREEK MEADOWS, PHASE 4 City Project No. 105624 IPRC24-0134 FID# 30114-0200431-105624-EO7685 X- 28233 W-3066 Mattie Parker Mayor David Cooke City Manager Christopher P. Harder, P.E. Director, Water Department Lauren L. Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth December, 2024 GMcivil Engineering & Surveying 2559 SW Grapevine Pkwy. Grapevine, Texas 76051 817.329.4373 12/03/2024 MATH-EW J . BA... . ....................... ► ;•�_ 99368 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 1001113 13 inyita4ion to Bidders 03/20/2020 1002113 13 inst .,etiors t Bidders 03/20/2020 00 41 00 Bid Fefm 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Ben 04/02/2014 nno n�= Bidders -Pr-eq alit;,.,, ioa's 04/02/2014 0045 12 Prequalification Statement 09/01/2015 0045 13 Bidde P -egti 1 fiea4 e A ppli .a4ien 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 0045 40 Mine -ity Business Enterprise Goa 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 7200 Gener-al Cc4-.ditkoxis 11/15/2017 007300 Supplementary C=eaditions 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 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 Preconstruction Meeting 08/30/2013 013120 Pr-ejeet Meet* — 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 013300 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 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Deer Creek Meadows Ph 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE CITY OF FORT WORTH Deer Creek Meadows Ph 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.aov/ti)w/contractors/ or httDs:HaDDs.fortworthtexas.eov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 0334 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for- Eleetfieal Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31�3 BeFFE) 01/28/2013 3124 00 Emb anknxAntP 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 21�00 Ga-biens 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 3201 17 PermanepA Ashalt Paving 12/20/2012 27�4o Temporary Asphalt Paving n opai 12/20/2012 320129 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Goo -sus- 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 3'� Gemet4 Tr-ea4ed Base r,.,,, �o� 12/20/2012 3'�. ,� Liquid ,;a Treated Seil Stabilize f 08/21/2015 37�v Acp"Mit _%-fing 12/20/2012 2''�3 Acpll ak _%?Afig Gr- 01 g almnts 12/20/2012 32 13 13 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 2''�0 Bz�,dl T—knit g 12/20/2012 CITY OF FORT WORTH Deer Creek Meadows Ph 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 10/05/2016 11 /22/2013 32 1725 Cucoo Painting 11/04/2013 3'�3 Chain Fences ,-ad Gates 12/20/2012 '27�o Wire Fenees n,1 Gates 12/20/2012 32 3129 Weed Fences and C_ 12/20/2012 Z7�3 Cast in Pl oo C, ner-ete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 3'� 43 Tfees-and Uxubo 12/20/2012 Division 33 - Utilities 330130 Sewer and Manhole Testing 12/20/2012 330131 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 %°pajo P pi g-ef Brlvrrrg Eawe 12/20/2012 33 04 Tv lu�-nt Bmidi ng a -a 1 Eleetfieal isolation 12/20/2012 22�T Corrosion Control Tort Stations 12/20/2012 22�2 Magnes;,,,,, Anode C.,tl,, die Proteetio Systeffl 12/20/2012 33 4 30 To,v....,,-ary W.,tef Set:vie 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 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 33 0�sv5 13.10 tee, Coy ~ a� de Rings Compute 01/22/2016 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 33 05 14 Grade 12/20/2012 33 05 Gene-ete xx4.,ter- Vaults 12/20/2012 33 05 Coney-ete Coll fs 12/20/2012 33 05 20 Auger Boring 12/20/2012 22�T Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 3Z523 Hand Tuimi,_�ing 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 22�o Utility r,rafke -s4T ,,e to fs 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 3i3 11 13 Coner-etePr-esstife Pipe, nay Wfapped, Stool Cylinder- Type 12/20/2012 33 1 1 11 Bur-ied Stool Pipe and 1244if .s 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 Large rge Water- Mete -s 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 nNVW- Kubbo. Seated Better -fly Valves 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 ZZ�v C,,...bifl,tiO qlr NWv3 Assemblies for- Potable Water- Syste 12/20/2012 33 1240 Fire Hydrants 01/03/2014 CITY OF FORT WORTH Deer Creek Meadows Ph 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 1250 Wat--,r Eamp� r Elt-ligns 12/20/2012 22�o Standard Blow eff Valve A sser bly 06/19/2013 3- 31 12 Gufod in Place Pipe (CTvn4 12/20/2012 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 21 15 High Density-P4yethylene (NDPE) Pipe �br Eanilcrj of 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 ?? 3121 Polyvinyl Chloride (PVC) Closed r_,.,,., Profile i Eanil&r' r ' 12/20/2012 Pipe 3- 3122 Sanitary Sewor V.ip Lining 12/20/2012 33 3123 Sanitary Sewe. 4 j E ilaNg 12/20/2012 333150 Sanitary Cower Sery e C rreetions and Sery ee T ; 0 04/26/2013 333170 won Air Val-ra-for Eanitary Sewe, F'4�� 12/20/2012 33-39 10 Gast in Naoe Concrete >\a,,, -holes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 333930 >; oo AL-nki les 12/20/2012 2'2�0 Wastewater Access Chamber (W A C4 12/20/2012 33-39-60 >r..e*-y Line gar &anitary Fewer Str et,,r 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3� , .,., 1 � 11 High Density Polyethylene 1 PE n Drcin LD_ �..� � I{�e � 12/20/2012 33 11 12 Reinforced Polyetl.lene «nPE) Pipe 11/13/2015 33 4600 Subdrainage 12/20/2012 33 4601 Slotted Stoc m Dmim 07/01/2011 33 4602 Trench Dmino 07/01/2011 3349 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 T+a€fv E�gM—% 10/12/2015 34 n�OT Attachment A —Controller Gabinet 12/18/2015 24 41 10.02 Attachment Controller Specification 02/2012 3^ ^�003 Attachment Software Specification 01/2012 311 1l 11 -Tm,, pomp —j Traf4e Signals 11/22/2013 311 11 13 Removing Tzuf e Smears 12/20/2012 M 11 15 Rectangular Rapid Flaohing Beaeo 11/22/2013 2A�o Pedestrian uybri Signal. 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 ^�01 Arto6al LED Roadway L1,:mi wrrs 06/15/2015 34 ^�vi LED RE)a 1,�, dim c�r.�7, ay T �arnin,�rss 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 4 4150 Single >, ode Fiber Optic Cable 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Deer Creek Meadows Ph 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 6 of 6 GE-4.01 Availability of La -ads GC-4.n02 Subsurface and Physical Conditions GG-4V I T TnAe -g -. tlfl a L'ae l:ties 'dZQ,— O-US L'fw .e,..,..e,.t..l Condition M Site G Miner ty era W,,,..er n.,.,.e,l Business Enefpr-ise Cm,, pl-7ma GC 6.07 l .fg C GC-6,09 Pefm is and Utilities G&C.21 1\T GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Deer Creek Meadows Ph 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised March 20, 2020 DIVISION 00 GENERAL CONDITIONS UTILITIES PAVING UNIT PRICE fail) SECTION 00 42 43 Di-veloper Awarded Projects - PROPOSAL FORM Beer Creek Meadows Phase 4, City Project # 105624 Project Item Information Bidlist Description scription Unit 1 - Water Facilities 1 0241.1118 4"-12" Pressure Plug 2 3305.0003 8" Waterline Lowering 3 3305.0109 Trench Safety 4 3305.1003 20" Casing By Open Cut 5 3311.0001 Ductile Iron Water Fittings w/ Restraint 6 3311,0241 8" Water Pipe 7 3312,0001 Fire Hydrant 8 3312.0117 Connection to Ex€sting 4"-12" Water Main 9 3312.2003 1" Water Service 10 3312,2103 1 112" Water Service 11 3312.2103 1 112" Water Service (Irrigation) 12 3312.3003 8" Gate Valve 13 9999.0001 PVC Irrigation Sleeves Water Subtotal Unit 2 - Sanitary Sewer Facilities 14 0241.1118 4"-12" Pressure Plug 15 3301.0002 Post -CCTV Inspection 16 3301.0101 Manhole Vacuum Testing 17 3305.0109 Trench Safety 18 3305.0113 Trench Water Stops 19 3305.1003 20" Casing By Open Cut 20 3331,3101 4" Sewer Service 21 3331.4108 6" Sewer Pipe 22 3331,4116 8" Sewer Pipe 23 3331.4116 8" Sewer Pipe, CSS Backfill 24 3331.4119 8" DIP Sewer Pipe 25 3331.4120 8" DIP Sewer Pipe, CSS Backfill 26 3339.1001 4' Manhole 27 3339.1003 4' Extra Depth Manhole 28 9999.0001 Connect to Existing 8" S.S. Sanitary Sewer Subtotal Bidder's Proposal j SpeciOcation j Unit of Bid Unit Price I Bid Value [ Section No. I Measure Quantity t 0241 14 EA 33 05 12 EA 33 05 10 LF 33 05 22 LF 33 11 11 TON 3311 10. LF 33 11 12 33 12 40 EA 33 12 25 EA 3312 10 EA 33 12 10 EA 3312 10 EA 331220 EA 33 12 20 LF 0241 14 3301 31 33 01 30 330510 3305 15 33 05 22 33 31 50 3311 10, 33 31 12, 33 31 20 3311 10, 3331 12, 3331 20 3311 10, 3311 i2 3311 10 3311 10 33 39 10, 33 39 20 3339 10, 33 39 20 00 00 00 6 7 6,029 55 1.0 6,029 10 4 188 1 2 17 200 EA 4 LF 6886 EA 39 LF 6886 EA 15 LF 140 EA 188 LF 40 LF 6284 $201.87 $5,170.16 $0.37 $231,59 $35,340.35 $43,09 $6,114.41 $1,488.04 $1,428.64 $2,916.95 $2,407.25 $2,094.88 $12.49 $56.28 $2,41 $136.25 $0.89 $1,381.07 $217.57 $1,270.80 $51,46 $61,36 $1,211,22 $36,191.12 $2,230.73 $12,737.45 $35,340,35 $259,789.61 $61,144.10 $5,952.16 $268,584.32 $2,916.95 $4,814.50 $35,612.96 $2,498.00 $729,023.47 $225.12 $16,595.26 $5,313.76 $6,128.54 $20,716.05 $30,459.80 $238,910.40 $2,058.40 $385,586.24 LF 1171 $141.03 $24,116.13 LF 287 $147.87 $42,438.69 LF 138 $201.41 $27,794.58 EA 311 $5,934.64 $183,973.84 VF 171 $215.16 $36,792.36 EA 1 $1,438.46 $1,438.46 $1,022,647.62 ell Y of FORT WORM W rCnA Mk. —. Yl-,4 STANJ),i,W) CO3N81R1JCTJoN T;II7 PROPO,Af. RF�'EIOPER ANVAR➢ED PROILCTS Cii} FY �a� X IDaE24 Faro Roil J_q 29, 2620 CV 42 al 13:i Fh ul SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Deer Creek Meadows Phase 4, City Project 4105624 UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Description 1 Specification Unit of j Bid Unit Price Bid Value Item I No. Measure I Quantity Unit 3 - Storm Drain Facilities 29 3306.0109 Trench Safety 33 05 10 LF 3,575 $0.85 $3,038.75 30 3305.0112 Concrete Collar 33 05 17 EA 6 $1,446.60 $8,679.60 31 3341.0201 211" RCP, Class lit 3341 10 LF 287 $69.84 $20,044.08 32 3341.0205 24" RCP, Class 111 3341 10 LF 127 $86.29 $10,958.83 33 3341.0208 27" RCP, Class fit 3341 10 LF 350 $94.97 $33,239.50 34 3341.0302 30" RCP, Class 111 3341 10 LF 175 $104.95 $18,366.25 35 3341.0309 38" RCP, Class III 3341 10 LF 271 $140.04 $37,950,84 36 3341.0409 48" RCP, Class 111 3341 10 LF 92 $225.95 $20,787.40 37 3341.0602 60" RCP, Class 111 3341 10 LF 16 $333.76 $5,340.16 38 3341.1502 8x5 Box Culvert 3341 10 LF 1,250 $621,22 $776.525.00 39 3341.1602 9x5 Box Culvert 334110 LF 1A86 $734.81 $871,484.66 40 3349.0001 4' Storm Junction Box 33 49 10 EA 7 $5,668.00 $39,676.00 41 3349.0101 T Round Manhole Riser 33 49 10 EA 5 $5,014.00 $25,070.00 42 3349.4113 48" SET, 1 Rips 00 00 00 EA 1 $3,924.00 $3,924.00 43 3349.5001 10' Curb Inlet 33 49 20 EA 10 $7,902.60 $79,025.00 44 3349.5002 15' Curb Inlet 33 49 20 EA 10 $9,537.50 $95,375.00 45 9999.0002 Remove 5-5'xT Conc. Headwall & Riprap 00 00 00 EA 1 $7,270.45 $7,270.45 46 9999.0003 Remove 60" Conc. Headwall & Riprap 00 00 00 EA 1 $2,847.27 $2,847.27 47 9999.0004 4' X 32' Storm Junction Box 00 00 00 EA 1 $28,340.00 $28,340.00 48 9999.0005 4' x 22' Storm Junction Box 00 00 00 EA 1 $21,800.00 $21,800.00 49 9999.0006 10' x 7' Storm .function Box 00 00 00 EA 1 $16 622.50 $16.622.50 �torrrt drain Subtotal $2,126,365.29 Water/Sanitary Sewer/Storm Drain Facilities Subtotal 1 $3,877,936.381 CITY OF FORT WORTH Derr Cmi ldrs]-� Phi. A STANDARD CONSTRUCTION BID PROPOSAL-DEVUOPM AWARDED FRO]ECTS Cq R,,g .¢N10ib24 Ferro Rr�ist3ls��,a} 29, 2020 0) 32 43_BA R,,,, 4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL, FORM Deer Creek MeadoNNs Phase 4, City Project 4105624 UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist� Specification I Unitof Bid Item DescriptionSection ho. Measure Quantity Unit Price Bid Value Unit 4 - Paving Facilities 50 3211.0400 Hydrated Lime @ 30 Ibs.lS.Y. (Residential) 3211 29 TON 379.0 $294,34 $111,554,86 51 3211.0400 Hydrated Lime @ 36 Ibs.lS.Y. (Collector) 32 11 29 TON 33.0 $294.34 $9,713.22 52 3211,0501 6" Lime Treated Subgrade (Residential) 321313 SY 25,284,0 $3,21 $81,161.64 53 321l.0502 8" Lime Treated Subgrade (Collector) 3211 29 SY 1,823 $3.72 $6,781.56 54 3213.0101 &' Concrete Pavement (Residential) 3213 13 SY 23,652 $47.32, $1,119,212.64 55 3213.0104 7.5" Concrete Pavement (Collector) 3213 13 SY 1,729 $59.41 $102,719.89 56 3213.0301 5' Conc Sidewalk 31 1320 LF 801 $38.89 $31,150.89 57 3213.0301 6' Conc Sidewalk 31 1320 LF 369 $46.60 $17,195.40 58 3213.0501 Barrier Free Ramp, Type R-1 321320 EA 14 $2,596.03 $36,344.42 59 3213.0506 Barrier Free Ramp, Type P-1 321320 EA 14 $2,365.22 $33,113,08 60 3292,0400 Seeding, Hydromuich 32 92 13 SY 562 $7.68 $4,316.16 61 3441.4003 FurnishAnstall Alum Sign Ground Mount City Std. 3441 30 EA 16 $229.95 $3,679.20 62 3741.0001 Traffic Control 3471 13 LS 1 $4,600.00 $4,600.00 63 9999.0001 Demo & Remove Ex. Conc. Pavement 00 00 00 SY 712 $14.15 $10,074.80 64 b999.0002 Concrete Header 00 00 00 LF 153 $12.83 $1,962.99 65 9999.OD03 Type III End -of -Road Barricade 0100000 EA 5 $1 471.68 $7,358.40 66 9999,0004 Connect to Existing Pavement 00 00 00 EA 4 $613,88 $2,455,62 67 9999.0005 R1-1 Stop Sign 00 00 00 EA 15 $86.87� $1,303.05 68 9999.0006 St Marker Blade 00 00 00 EA 67 $89.431 . $5,991.81 Nving Subtotal $1,690,689.53 Bid Summa��``(( Water/Sanitary Sewer Storm Drain Facilities Subtotal $3,877,936.38 Paving Facilities Subtotal $1.690,689.53 Total Bid $5,468,625,91 This bid is submitted by the entity listed below Company: L H lacy Company, Ltd By:Bobby Gordon Street Address: 1860 Crown Dr., #1200 City, State, Zip Code: Dallas, TX 75234 Phone: Signatu e Tl W PattnedGEO Date: 1 i1 iZA.- Contractor agrees to complete WORK for FINAL ACCEPTANCE ivithin 145 working days after The dare rahen the CONTRACT commences to run as provided in the General Conditions. END OF SECTION MY OF FORT WORTH Deer Creek 2.4rsi ns. M.- 4 STAHIJARD COMIRDCTM BID FROTOSAL4XVELOPER AWARDED F'RONCTS Cap P.*z I105624 Fcrm Re i.d k--y 29,2V20 004243 Bid F'r j—] 0045 12 DAP PREQUALIFICATI6N STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prcqualified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvoe" box provide the complete major work tune and actual description as provided by the Water Department for water and sewer and TPW for oaviniz. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water and Wastewater New LH Lacy Company, Ltd. 04/30/2025 Development, Rehabilitation, and Redevelopment Open Cut (1 C- inches and Under) Concrete Construction/Reconstruction <15,000 SY The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: LH Lacy Company, Ltd. 1880 Crown Dr. #1200 Dallas, TX 75234 BY: TITLE: DATE: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUADFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 1 nature) Deer Creek Meadows Phase 4 CPN 9105624 00 45 12_PreAuallflcation Statement 2015_DAP 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 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. 105624 . 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: LH Lacv COmnaim Ltd. Company 1880 Crown Dr. #1200 Address Dallas, TX 75234 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: i�5► . ,CO, Signature: Title: BEFORE ME, the undersigned authority, on this day, personally appeared �b6�� �rykn known to me to be the person whose name is subscribed to the foregoing instx ument, and acknowledged to me that he/she executed the same as the act and deed of LAI Ate ComY" V, xfor the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this N C Qmyh t� 2024. Notary Pub]i(in and for' lie State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 �K)0 day of AMY D. GOODFELLOW Nly N--)tzry ID, 30522b76 Expires- February 3, 2028 , Deer Creek Meadows Phase 4 City Project 9105624 00 52 43 - 1 Developer Awarded Project Agreement Page I of 4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 12/03/2024 is made by and between the Developer. Lennar Homes of Texas Land and Construction. Ltd.. authorized to do business in Texas and Contractor. LH Lacv Comnacly. Ltd. , authorized to do business in Texas, acting by and through its duly authorized representative. Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Deer Creek Meadomv Phase 4 Cite Protect #105624 IPRC24-0134 FID #30114-0200431-105624-E07685 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3,2 Final Acceptance. The Work will be complete for Final Acceptance within 145 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects, 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as Iiquidated damages for delay (but not as a penalty), Contractor shall pay Developer Two Hundred & Fifty Dollars ($250.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAY City Project #1105624 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current fiends of Five Million Four Hundred Sixhv Eiabt Thousand Six Hundred Twentv Five & 911100 Dollars ($5,468,625.91) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 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 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. 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, 5. Drawings. 6. Addenda. 7. Documentation submitted by Contractor prior to Notice of Award. 8. 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project 4105624 Revised Ame 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of /.T=ry411lei 17011310191[i7.1-11610 6.1 Contractor covenants and agrees to indemnify, bold 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 danra2es being souelit were caused, in whole or in part, by anv act. omission or nelffleence 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its owl) expense, the city, its officers, servants and employees, front 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 snecifrcalty intended to operate and be effective even if it is alleged or proven that all or some of the damaues beine soualrt were caused, in whole or in part, by any act, omission or negliLience of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project # 105624 Revised .fume 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: LH Lacy Company, Ltd. By: (Si tre) (Printed Name) Title: rctl-A.,i CF, Company Name: LH Lacy Company, Ltd. Address: 1880 Crown Dr. #1200 Dallas, TX 75234 Date: i z I Z 1z,1 Developer: Lennar Homes of Texas Land and Construction, Ltd. By: tonattire) v j4ataor 61(,( (Printed Name) Title: Company Name: Lennar Homes of Texas Land and Construction, Ltd. Address: 1231 Greenway Drive, Suite 800 Irving, TX 75038 Date: I,7/3/1 CITY OF FORT NORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project ll105624 Revised June 16, 2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT- FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP20675291501 Policy Expiration Date 02/01/2025 Named Insured L. H. Lacy Company, Ltd. Agency Number 0765330 Date 02/01/2024 Agency BOWEN MICLETTE & BRITT LLC Policy Effective Date 02/01/2024 Account Number 20017633 Issuing Company AMERISURE INSURANCE COMPANY A. SECTION II -WHO IS AN INSURED is amended to add as an additional insured: 1. Any person ororganization with whom you have agreed in a "written agreement" that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreement". 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a "written agreement' means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 1 of 3 Policy Number: CPP20675291501 Effective Date: 02/0112024-02101/2025 B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreement" specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 20 10 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreement" requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreement". 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: 1. `Bodily injury" or "property damage" included in the "products -completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreement" requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreement". 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 Policy Number: CPP20675291501 Effective Date: 02/0112024-0210112025 (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreement" or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self -insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT- FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP20675291501 Policy Expiration Date 02/01/2025 Named Insured L. H. Lacy Company, Ltd. Agency Number 0765330 Date 02/01/2024 Agency BOWEN MICLETTE & BRITT LLC Policy Effective Date 02/01/2024 Account Number 20017633 Issuing Company AMERISURE INSURANCE COMPANY A. SECTION II -WHO IS AN INSURED is amended to add as an additional insured: 1. Any person ororganization with whom you have agreed in a "written agreement" that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreement". 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a "written agreement' means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 1 of 3 Policy Number: CPP20675291501 Effective Date: 02/0112024-02101/2025 B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreement" specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 20 10 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreement" requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreement". 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: 1. `Bodily injury" or "property damage" included in the "products -completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreement" requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreement". 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 Policy Number: CPP20675291501 Effective Date: 02/0112024-0210112025 (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreement" or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self -insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 SECTION 00 62 13 PERFORMANCE BOND 0062 13- 1 PERFORMANCE BOND Page I of 2 Bond No. 5826369 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, LH Laev Contuanv, Ltd. , known as "Principal" herein and, Great American Insurance Company a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Lennar Homes of Texas Land and Construction. Ltd., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Five [Billion Four Hundred Sixtv Eight Thousand Six Hundred Twenty Five & 91/100 Dollars ($5.468.625.911 , lawful money of the United States, to be paid in Fort Worth, Tarrant Count),, Texas for the payment of which suni well and truly to be made jointly unto the Devcloper and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into all Agreement for the construction of community facilities in file City of Font Worth by and through a Community Facilities Agreement, CFA Number 24-0152 ;and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 3rd day of December , 2024, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Deer Creek Meado►vs Phase 4. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duty and faithfully perform the Work, including Change Orders, tinder the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of tile Developer and/or City, then this obligation shall be and become mill and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venuc shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Beer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROIECFS City Project 4105624 Rcvised January 31, 2012 006213-2 ITRFORMANCE. BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond sliall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of December 2024. PRINCIPAL: L.H. Lacy Company, Ltd. BY: Signature AflTEST: ( nr 'Pat Secretary Naine And Title Address: 1880 Crown Drive, Suite 1200 Dallas, TX 75234 Witness as to Principal SURETY: Great American Insurance Company BY: �J Signature David T. Miclette, Attorney -in -Fact Nance and Title Address: 301 E. Fourth Street Cincinnati, OH 45202 I �v_r Xi 11'itn�ss as Sure�ohnson Telephone Number: (513) 369-5000 *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 Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPFR AWARDED PROJECTS Cily PrQiccl 91 OS624 Revised Jankwy 31, 2012 006214-1 PAYMENT BOND Page I oft SECTION 00 62 14 Bond No. 5826369 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, LH Laev Comnanv, Ltd. , known as "Principal" herein, and Great American Insurance Company , a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Lennar Holnes of Texas Land and Construction, Ltd., authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Five Million Four Hundred Sixty Eight Thousand Six Hundred Twentv Five & 91/100 Dollars ($5,468.625.91) , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number 24-0152 ; and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 3rd day of December , 2024, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Deer Creels Meadows Phase 4. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Cite Proiect 4105624 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of December 2024. PRINCIPAL: L.H. Lacy Company, Ltd. ATTEST: BY: Signature (PI'. ilicipa ) ecretar Name and Title Address: 1880 Crown Drive, Suite 1200 Dallas, TX 75234 Wittiess as to Principal SURETY: Great American Insurance Company ATTEST: BY: �_%61Z24_w/ Signature /Iff David T. Miclette, Attorney -in -Fact (Surety) t-AtMX)X Al Johnson, Witness Name and Title Address: 301 E. Fourth Street a Cincinnati, OH 45202 Witness as to Surety Gia Morris Telephone Number: (513) 368-5000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project 1l105624 Revised January 31, 2012 0062 19 - l MAINTENANCE BOND Page I of SECTION 00 62 19 Bond No. 5826369 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, LH Lacv Conmanv. Ltd. , known as "Principal" herein and Great American Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Lennar Homes of Texas Land and Construction, Ltd„ authorized to do business in Texas ("Developer") and the City of Port Worth, a Texas municipal corporation ("City"), in the sum of Five Million Four Hundred Sixty Eight Thousand Six Hundred Twenty Five & 91/100 Dollars ($5,468.625.91) , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of .Fort Worth by and through a Community Facilities Agreement, CFA Number 24-0152 : and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 3rd day of December , 2024 which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipnnent labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting front a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Deer Creek Meadows Phase 4, and; WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPUR AWARDED PROJECTS City Prgicel N105624 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in filll force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hercon for successive breaches. CITY OF PORT WORTI I Deer Creek Meadows Phase d STANDARD CITY CONDITIONS — DRVEILOPER AWARDED PROJECTS City Prnjecl 0105624 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of December, 2024, ST: (Principal ecret ity Witness as to Principal ATTEST: iL'1_111— (Suret )`gWf Al Johnson, Witness Witness as to Surety Gia Morris PRINCIPAL: L.H. Lacy Company, Ltd. BY: Signature Oil chh&% -ic..4, PdA.,�Cr,_, Nanit and Title Address: 1880 Crown Drive, Suite 1200 Dallas, TX 75234 SURETY: Great American Insurance Company BY: Signature David T. Miclette, Attornev-in-Fact Name and Title Address: 301 E. Fourth Street Cincinnati, OH 45202 Telephone Number: (513) 369-5000 *Note: if signed by an officer of the Surety Company, there must be on file a cellified extract from fife 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 Deer Creek Meadows Prase 4 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project #105624 Revised January 31, 2012 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET 0 CINCINNATi, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 'File number of persons authorized by this power of attorney is not more than Twelve No, 0 22535 PONVER OI' ATTORNEY KNOIVAI.I \IEN BYTHESE PRESENTS: 'I'lhat the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue ofthe laws of the State of0hio, does hereby nominatc, constitute and appoint the person or persons named below, each individually if more than one is named, its tnle and lawful attonhcy-in-fact, for it and in its name, place and stead to execute on behalf ofthe said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on arty such bond, undertaking or contract ofsurelyship executed under this authority shall not exceed (lie limit stated below. Name Address Limit of Power Stacey Bosley Nikole Jeannette All of All Ashley Britt David T. Miclette Houston, Texas $100,000,000 Lucas Lomax Lacey Hitchcock Will Duke Nancy Rios Rita G. Gulizo Stacy livens Robert C. Davis Barry K. McCord This Power of Attomey revokes all previous powers issued on behalf of the attonicy(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 10th day of September 2024 Attest GREAT AMERICAN INSU ANCE CO14iPAN Asahstuai Seerx!<rr} Divisiohrat Sewar !ice I'msidew STATE OF Of 110, COUNTY OF HANIIL fON - ss: ~K MARIO (87r-311-2403) On this 10th day of September 2024 , before me personally appeared MARK VICARIO, tome known, being duly swom, deposes and says tlial he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that tine seat affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office tinder the By -Laws of said Company, and that lie signed his name thereto by like authority. 6=Z SUSAN A KOHORST #o Notary Public . j - State of Ohio "' My Comm. Explres May 18, 2025 This Power ofAttomey is granted by authority of the following resolutions adopted by the Board ofDirectors ofGreat American Insurance Company by unanimous W1`itte11 consent dated June 9, 2008. RESOLVED: Thai the Divisional President, the several Divisional Senior f'ice Presidents, Divisional {rice Presidents and Divisonal Assistant Tice Presidents, or any one of theta, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execrae on behalf of the Company; as surety; any and all bonds, nnderlakings and contracts of suretyship, or other rrriten obligations in the nature thereat to prescribe their respective dirties and the respective hinits of their airthorily; and to revoke any such appointment at any tire. RESOLVED FURTHER: That the Company seal and the signature of any of the gjoresaid officers and any Secrelary or Assislant Secretaq of the Company ray be a freed by facsimile to any poirer of allorney or certificate of either given for the execution of any bond, undertaking. contract of suretyship, or other trritterr obligation in the nature ihereaf such signature and seal when so used being hereby adopted by the Company as the original signature of such o f cer and the original seal of the Company; to be valid and binding upon the Companny with the same force and effect as though manually gfted. CERTI1,1CATION 1, STEPIIEN C. BERAHA, Assistant Secrclary of Great American Insurance Company, do hereby cerlify that tine foregoing, Power of Attorney and the Resolutions of file Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 3rd day of December, 2024 lfsslsrarrr Srrrtv<rry S1029AH (0.3120) r Great American Insurance Company of New York GREAIMERICAN.. Great American Alliance Insurance Company INSURANCE GROUP Great Amcdcan Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: 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 at: 11.0. Box 149104 Austin, TX 78714-9091 FAX: 1-512-490-1007 Your notice ofclaim against tie attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the follo'kving address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: BondClaims rr GAIG.COM PREMIUM OR CLAIM DISPUTES: Ifyou have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company 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. F.9667A (06122) LIGHTING UNIT PRICE BID Bidlist Item SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Deer Creek Meadows Phase 4, City Project #105624 Project Item Information Description Bidder's Proposal Specification I Unit of Bid Unit Price Bid Value Section No. Measure I Quantity Unit 2 - Street Lighting Facilities 1 2605.3011 2" CON[)? PVC SCH 40 IT) 26 05 33 LF 2,017 $20.48 $41,308.16 2 3441.1405 NO 2 Insulated Elec Condr I 3441 10 LF 1,302 $4.58 $5,963.16 3 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 4,749 $2.79 $13,249.71 4 3441.1501 Ground Box Type B 3441 10 EA 3 $868.00 $2,604.00 5 3441.1633 Type 33B Arm 3441 20 EA 26 $289,00 $7,514.00 6 3441.3201 LED Lighting Fixture (R-2) 3441 20 EA 25 $399.00 $9,975.00 7 3441.3201 LED Lj��rtir)8 Fixture (R-4) 3441 20 EA 1 $399.00 $399.00 8 3441.3341 Rdwy (Ilum TY 11 Pole 3441 20 EA 26 $2,477.00 $64,402.00 9 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 1 3541 20 EA 26 $1,962.uu $51,532.00 §treet Lighting Subtotal 096,947.03 Bid Summary Street Liqhtinq Facilities Subtotal I $196,947.03 Total Bid $196,947.03� This bid is submitted by the entity listed below Company: Independent Utility Construction, Inc. Street Address: 6109 Sun Valley Drive City. State, Zip Code: Ft. Worth, TX 76119 Phone: 817-478-4444 r:Fvdh rd Wolfe —A Signature Title: President Date: 11 /05/2024 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 working day, after the date ,�heu the CONTRACT commences to run as provided In the General Condition, END OF SECTION CH Y OF FOR woRrH Dxr Crat !I�-edox-.,. pi_ 4 .�rANDARDCONSTRI;CTNON BID PROPOSAL -DEVELOPER AWARDED PROIECrs City P1*11# 105624 F— R-,i,�d —y 29. 2020 W 42 41. 31S Pnyw,J 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of I 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 Tvoe" box Drovide the complete maior work tvpe and actual description as provided by the Water Department for water and sewer and TPW for navina. Maior Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Roadway and Pedestrian Independent Utility Construction, Inc. 02/27/2025 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Ft. Worth, TX 76119 BY: Ri rd Wolfe (Signature) TITLE: President DATE: 12/03/2024 END OF SECTION CITY OF FORT WORTH Deer Creek Meadows Phase 4, CPN N105624 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 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. 105624 . Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utilitv Construction. Inc. Company 5109 Sun Vallev Drive Address Ft. Worth. TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Richar olfe Signature: Title: President BEFORE ME, the undersigned authority, on this day, personally appeared Richard Wolfe, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Independent Utility Construction. Inc. for the purposes and consideration therein expressed and in the capacity therein stated. 2 M�Wwr ND AND SEAL OF OFFICE this �.�!dayo .2024. CHRISTINA GARCIA tP Le i Notary Public. State of Texas %" •}v; Comm. Expires 12-20-2024 Notary ID 130940785 I I r Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Deer Creek Meadows Phase 4 City Project i#105624 005243-1 Developer Awarded Project Agreement Page I of 4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on is made by and between the Developer. Lennar Homes of Texas Land and Construction. Ltd.. authorized to do business in Texas and Contractor, Indenendent Utilitv Construction. Inc. authorized to do business in Texas, acting by and through its duly authorized representative. Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Deer Creek Meadows Phase 4 Citv Proiect #105624 FID #30114-0200431-105624-E07685 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 30 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer Two Hundred & Fifty Dollars ($250.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project #105624 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current fiends of One Hundred Ninetv Six Thousand Nine, Hundred Fortv Seven & 031100 Dollars ($196.947.03) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 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 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. 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. 5. Drawings. 6. Addenda. 7. Documentation submitted by Contractor prior to Notice of Award. 8. 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project #105624 Revised June 16, 2016 005243- 3 Developer Awarded Project Agreement Page 3 of 4 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to onerate and be effective even if it is alleged or nroven that all or some of the damages being sought were caused. in whole or in Dart. by anv 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification Drovision is specifically intended to overate and be effective even if it is alleged or proven that all or some of the damages being sought were t:aused. in whole or in hart. by anv act. omission or nediggence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project #105624 Revised June 16, 2016 005243.4 Developer Awarded Project A8reanent Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date'). Contractor: Independent Utility Construction, Inc. By: ebt 1 (Signature) Richard Wolfe (Printed Name) Title: President Company Name: Independent Utility Construction, Inc. Address: 5109 Sun Valley Drive Ft. Worth, TX 76119 Date: 12/03/2024 Developer: Lennar Homes of Texas Land and Construction, Ltd. B. [ mature) �\ Ti nr,(�f t;11a (Printed Name) Title: Company Name: Lennar Homes of Texas Land and Construction, Ltd. Address: 1231 Greenway Drive, Suite 800 Irving, TX 75038 Date: (2/$ /1PVJ CITY OF FORT WORTH Deer Creek Meadows Phsx 4 STANDARD CONSTRi' MON SPECIFICATION DOCUMENTS -DAP City Project #105624 Revised Jum 16, 20I6 / 0061 13-1 PERFORMANCE' BOND Page I of-2 Bond No. 44062211 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 That we. Indenendent Utilitv Construction. Inc. , known as "Principal" herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Lennar Homes of Texas Land and Construction, 1 I Ltd., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City"), in the penal sum of, One Hundred Ninetv-Six Thousand. Nine 13 Hundred Fortv-Seven Dollars & Three Cents ($196.947.03) lawful money of the United States, to 14 be paid in Fort Worth, "Tarrant County, Texas for the payment of which sum well and truly to be 15 made, jointly unto the Developer and the City as dual obliges, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number 24-0152 : and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 3rd day of December , 20 24 which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 23 labor and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Street Liahtina Facilities to serve Deer Creek 25 Meadows Phase 4. 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 faithfully 28 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. 32 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Deer Creek Meadows Phase 4 City Project No. 105624 0061 13-2 PERFORNIANCL BOND Page 2 of 2 Bond No. 440622H 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 3 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 4 Worth Division. 5 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 6 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 7 accordance with the provisions of said statue. 8 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 9 instrument by duly authorized agents and officers on this the 3rd day of December 2024. T 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 ATTEST (Principal) Secretary and Wolfe fitness as to Principal Christina Garcia Wit Surety Elizabeth Gray PRINCIPAL: INDEPENDENT UTILITY CONSTRAVON, INC. BY: signature Richard Wolfe, President Name and Title Address: 5109 Sun Vallev Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: ignatut Kvle W. Sweenev. Attornev-in-Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised January 31. 2012 Deer Creek Meadows Phase 4 City Project No. 105624 0061 Id-1 PAYMENT BOND Page I oft Bond No. 440622H I 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. Independent Utilitv Construction, Inc. , known as "Principal" herein, 8 and Westfield Insurance Companv , a corporate surety (or sureties if more than 9 one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer [-ennar Homes of Texas Land and I I Construction, Ltd., authorized to do business in Texas ("Developer"), and the City of Fort Worth, 12 a Texas municipal corporation ("City"), in the penal sum ol'One Hundred Ninetv-Six Thousand, 13 Nine Hundred Fortv-Seven Dollars & Three Cents ($196,947.03) lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 15 truly be made jointly unto the Developer and City as dual obligees, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number 24-0152 . and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 3rd day of December , 2024 which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 23 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 24 said Contract and designated as Street Liahtine Facilities to serve Deer Creek Meadows Phase 4. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105624 Revised January 31, 2012 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. 440622H I 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 5 6 7 8 9 10 11 12 13 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rdday of December 202A ATT T: (Principal) Secretary Richar¢\Wolfe 1 itness as to Principal dristina Garcia ATTEST: (Surety) Secretary Frank A. Carrino G_tlN�,Mxa,o Witness as to Surety Elizabeth Gray PRINCIPAL: INDEPENDENT UTILITY CONST C�'f ION. INC. BY: Sibature Richard Wolfe, President Name and Title Address: 5109 Sun Vallev Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY Kvle W. Sweenev. Attornev-in-Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WOKI I Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105624 Revised January 31, 2012 0062 19-1 MAINTENANCE BONI) Pagel of3 Bond No. 44062211 I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Independent Utility Construction, Inc. , known as "Principal" herein and 9 Westfield Insurance Company , a corporate surety (sureties, if more than one) duly 10 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), I I are held and firmly bound unto the Developer, Lennar Homes of Texas Land and Construction, 12 Ltd., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 13 municipal corporation ("City"), in the sum of One Hundred Ninety -Six Thousand, Nine Ikindred 14 Forty -Seven Dollars & Three Cents ($196,947.03) 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, firmly 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 24-0152 : and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 3rd day of December , 2024 which Contract is hereby referred to and 25 a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 26 labor and other accessories as defined by law, in the prosecution of the Work, including any 27 Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 28 provided for in said Contract and designated as Street Liahtina Facilities to serve Deer Creek 29 Meadows Phase 4; and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTI I Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105624 Revised January 31, 2012 006219-2 MAINTENANCE 13OND Page 2 of 3 Bond No. 44062211 I 2 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 3 upon receiving notice from the Developer and/or City of the need thereof at any time within the 4 Maintenance Period. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be Fled on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105624 Revised January 31, 2012 2 3 4 5 6 7 8 9 10 II 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 0062 19-3 MAINTENANCE 13OND Page 3 o1'3 Bond No. 44062211 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd. day of December 20_2g. ATTEST (Principal) Secretary Rich) Witness as to Principal Chr na Garcia ATTEST: (Surety) Secretary Frank A arrino .J&Aa—q Witne as to Surety Elizabeth Gray PRINCIPAL: INDEPENDENT UTILITY CONSTR ON. INC. BY: (400`,C'11t�� igna ure Richard Wolfe. President Name and Title Address: 5109 Sun Valley Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: _ tgnature tl Kyle W. Sweeney. A ttornev-in- Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 *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 PORT WORTII STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Deer Creek Meadows Phase 4 City Project No. 105624 IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at. 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 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: hftr)://www.tdi.state.tx.us E-mail: ConsumerProtection antdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htto://www.tdi.state.tx.us E-mail: Con sumerProtection(a tdi.state. tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamentc (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de information y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SIJPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09/28123, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO, 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by Tnese Presents, That WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIC FARMERS INSURANCE COMPANY. corporations, hereinafter referred to Individually as a "Company"' and collectively as "Companies." duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center. Medina County, Ohio, do by these presents make, construle and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY; DAVID W. SWEENEY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact. with full power and authority hereby conferred in Its name. place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit.. • - • • - - • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - • - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming ail that the said Attornev(si-in-Fart may do in the premises. Said appointment. is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Serial, Executive. any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint ary one or more suitable persons as Attornevtsi -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Tne Attorney -in -Fact. may be given hull pourer anc authority for and in the name of and on behalf of the Company. to execute, acknowledge and deliver. any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and dorumerts canceling or terminating the Company's liability thereunder. and any such Instruments so executed by ary such Attorney-m-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to an/ bend or undertaking to Wrich it is attached." (Each adopted at a meeting held on February 8. 2000), In Witness Whereof, WESTFIELD INSURANCE COMPANY. WESTFIELD NATICNAL INSURANCE COMPANYand OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 28th day of SEPTEMBER A.D.. 2023 . M............. corporate 1,4011Apc • {.."N C; '.,, \NSU WESTFIELD INSURANCE COMPANY Seals .... WESTFIELD NATIONAL INSURANCE COMPANY afryei� �� ' '." c►Yt _ y s 9`; e %ram OHIO FARMERS INSURANCE COMPANY SEAL- = �N+►aT�Rfo' IC3 �' .an i Y f •'. 1848 State of Chia ��..,.......+'"'�� .,,�,., ,.,,.. •' By. ` County of Medina as.: Gary W. Stumper, Natrona( Surety Leader and Senior Executive On this 28th day of SEPTEMBER A.D., 2023 , before me personally came Gary W. Stumper to rre known, who, being by me duly sworn. did depose and say, that he resides in Medina. OH; that he Is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described it and which executed the above instrument: that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order. Notarial d1414Seal o``FitALAffixed State of Ohio = r I`o David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: ':, q �: My Cornmiss on Does Not Expire iSec. 1,17,03 Ohio Revised Code; TEOFO I. Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in hull force and effect: and furthermore, the resolutions of the Boards of Directors, set out r the Power of Attorney are in full force and effect. to Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at WestfiQld Center. Ohio, this 3Yd day of December,' &4 : Yap''• ..• �:�vri iNSUA rQN 0,.:+lc� `mot .:.......: '..4 G lut ti i f SF' M, zo: c f : �' / ��' ` �� Secretary VP • Frank A. Carrino, Secretar,­ BPOAC2 (combined) (03-22) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................5 Article2 — Preliminary Matters......................................................................................................................... 6 2.01 Before Starting Construction........................................................................................................6 2.02 Preconstruction Conference.......................................................................................................... 6 2.03 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards.....................................................................................................................6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection..................................................................................................................21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs............................................................................................. 22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services..............................................................................24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site............ 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....................................................................... 26 26 26 26 26 27 27 27 27 27 28 a a .................. 29 .................. 29 .................. 29 .................. 29 .................. 30 .................. 30 .................. 30 .................. 30 .................. 31 Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article13 - Suspension of Work....................................................................................................................33 13.01 City May Suspend Work............................................................................................................ 33 Article14 - Miscellaneous.............................................................................................................................. 34 14.01 Giving Notice.............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ...... 14.03 Cumulative Remedies ....... 14.04 Survival of Obligations..... 14.05 Headings ............................ CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 34 34 35 35 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE I — 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 M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 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 a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. 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 6p.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 parry to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 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 o£ 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. 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: 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) ❑x 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 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 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 parry 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. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 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 DIVISION O1 GENERAL REQUIREMENTS 011100-1 DAP SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 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. 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #105624 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #105624 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 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] I Biel 1ZI] 1M DION 117►1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #105624 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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) M nufacturer'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) M nufacturer'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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 0131 19- 1 DAP PRECONSTRUCTION MEETING SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 0131 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 ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 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] Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 01 32 33 - 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 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] CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] M Nei IZI] W Braffe 1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Paget of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 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 When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 '/z 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names o£ a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 01 33 00 - 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August 30, 2013 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 7 The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August, 30, 2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August, 30, 2013 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1.4 SUBMITTALS [NOT USED] 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August, 30, 2013 013513-6 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.> 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH DOE NO. XXXX Project !lame: 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised August, 30, 2013 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. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Deer Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Meadows Phase 4 Revised March 20, 2020 CPN 105624 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Deer Creek Meadows Phase 4 Revised March 20, 2020 CPN 105624 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised JULY 1, 2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised July 1, 2011 0157 13- 1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. Ilk=:130104411meteM A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. fl-IMYi1:3ulY0Ell K A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised July 1, 2011 0157 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised July 1, 2011 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: httvs:Hapes.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] CITY OF FORT WORTH Deer Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Meadows Phase 4 Revised March 20, 2020 CPN 105624 1.9 QUALITY ASSURANCE [NOT USED] 01 6000 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. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Deer Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Meadows Phase 4 Revised March 20, 2020 CPN 105624 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: I . Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements L2 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. L3 REFERENCES [NOT USED] L4 ADMINISTRATIVE REQUIREMENTS [NOT USED] L5 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 AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Paget of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 017000-2 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 017000-3 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 Pagel of 8 SECTION 017123 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 Survev - 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 Survev —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. Survev "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 0133 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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) W ter Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 25O 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 25O 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) W ter Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 .0.1ft 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 any time 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 3' 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding f�► ' : ��/:��1�77\•/uI�M�Y1��:Z�Zy�1�11II.y A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. M terial recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M Domenech Revised for DAP application CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. fKI M-1111:3uI10kkI&I A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 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) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Paget of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. [prim MZITIJUVAR I 113/:3IL11):3uI10kr.1ski A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 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 of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 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 Deer Creek Meadows Phase 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105624 Revised April 7, 2014 GEOTECHNICAL REPORT UES August 28, 2024 Lennar- Land and Construction DFW Division 1707 Market Place Blvd Rd Irving, Texas 75063 Attention: Ms. Annie Hepner Re: Addendum to Geotechnical Exploration Public Pavement Recommendations Deer Creek Meadows — Phases 4 and 5 SEC Of Crowley Road and W Risinger Road Fort Worth, Texas UES Report No. W241422-A Environmental Geotechnical Engineering Materials Testing Field Inspections & Code Compliance Geophysical Technologies Submitted herein are the recommended pavement sections for public streets of the proposed subdivision (Deer Creek Meadows - Phases 4 & 5) generally located about 550 ft northeast of the intersection of McPherson Blvd and Deer Creek Trail in Fort Worth, Texas. This study was authorized by Ms. Annie Hepner on May 8, 2024 and performed in accordance with UES Professional Solutions 44, LLC (hereinafter UES) Proposal No. 104314 dated April 18, 2024. This report is an extension of UES Report No. W241422 dated July 18, 2024 containing geotechnical recommendations for residential foundations. The purpose of this study is to develop pavement sections for public streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed street within the subdivision could be classified as "Residential Urban", "Collector" or "Arterial", as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES) to evaluate for Lennar- Land and Construction DFW Division (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. 5058 Brush Creek Rd I Fort Worth, TX 761191 ph 817-496-5600 TeamUEs.com 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 street at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential - Collector Arterial Urban 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 7Y2 10 3,600 3,600 3,600 8 inches 8 inches 6 inches Lime 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 87 test borings to depths of about 15 ft to 20 ft. The approximate location of each test 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 2 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 site lies within the Grayson Marl and Main Street Limestone formation, mapped as undivided. This formation generally consists of interbedded marl (limey shale) and limestone. Residual soils associated with this formation generally consist of clay soils with moderate to very high shrink -swell potential. Subsurface conditions encountered in the borings generally consisted of clay to depths of about 3 to 14 ft underlain by limestone extending to the 15 ft to 20 ft termination depths. A layer of limestone was encountered within the clay in Boring 17 at a depth of about 5 ft to 8 ft below the ground surface. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The clay and limestone encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock (limestone), particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix. 3 ENGINEERING ANALYSIS AND RECOMMENDATIONS 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, it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, 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 for Collector/Arterial streets 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 (Figures 2A and 213). 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, 11 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 up to about 6%2 inches depending on the depth of limestone from final grade as discussed in the referenced foundation report (UES Report No. W241422). A California Bearing Ratio (CBR) test was not performed for this specific project. Based on our experience with similar projects, we anticipate the CBR for native subgrade material is estimated to be between 2.0 and 3.0. 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 • Standard Deviation • Reliability 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) 0.39 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. 5 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 5 ± 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw -cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of 12 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. 6 TABLE B Soluble Sulfates Sample Boring Depth, Material Type Soluble Sulfate, No. No. ft mg/Kg (ppm) 1 2 2-4 Brown Clay with calcareous nodules 53 Tan Clay with calcareous nodules and 2 6 0-2 deposits 85 3 17 0-2 Dark Brown Clay with calcareous nodules 69 4 23 0-2 Dark Brown Clay with calcareous nodules 43 Tan Clay with calcareous nodules and 5 26 2-4 deposits 49 Tan Clay with calcareous nodules and 6 34 2-4 deposits 61 7 46 2-4 Dark Brown Clay with calcareous nodules 67 Tan Clay with calcareous nodules and 8 51 4-6 deposits 22 9 55 0-2 Dark Brown Clay with calcareous nodules 77 10 73 0-2 Brown Clay with calcareous nodules 73 11 78 2-4 Dark Brown Clay with calcareous nodules 230 12 86 0-2 Dark Brown Clay with calcareous nodules 63 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. 7 Site Preparation and Grading Limestone was encountered within 4 ft of the ground surface in several 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, especially where utilities are planned below pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. s 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 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as 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 9 in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of pavement, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the 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. 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 any of the borings. However, from our experience, shallow 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. 10 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. IIIF, IkIF-AI M ZM 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 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 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. 11 CLOSING All comments and other recommendations contained in the referenced geotechnical report remain unchanged. UES appreciates the opportunity to be of service on this project. If we can be of further assistance, please contact our office. Sincerely, UES PROFESSIONAL SOLUTIONS 44, LLC TBPE Firm No. 813 Karina Cohuo Geotechnical Project Manager KC/GSF/rc Copies: (1-PDF) Client 1� BRIANJ.HOYT . + '. ..115748" August 28, 2024 Attachments: Boring Location Plan — Figure 1 Mechanical Lime Series — Figures 2A and 2B WinPAS Analysis Results Logs of Borings Key to Soil Symbols and Classification Y Bryan J. Hoyt, P.E. Area Managing Director 12 1 -,I,-, P-25 P-7 - r Nft B-1 B-2 B-3 B 4 B-5 ! B-6 B-7 P-19 B-8 .._-< -' B-9 B-10 .--" B-11 B-12 B-13 B-14 B-15� B-16 B 17 B-18 -�-19 B-20 B-21 - B-22- B-23""`"` P-18 B-24 _ -�b- B 87 B-29 � B-30 B-31 n B-32� �'�IB-33 B-34 B-35 B-36 B-37 [B�-38 B-39 B-40 Ind InfnlT"I1 -- B-44 0 FB-451�`B-46 I B-47B-48 I P-27 B-49 B-50 B-51 B-57'B-58 B-59 �;�����o H�LOH PAVEMENT RECOMMENDATIONS DEER CREEK MEADOWS - PHASES 4 & 7 SEC OF CROWLEY ROAD AND W RISINGER ROAD FORT WORTH, TEXAS UES PROJECT NO. W241422-A — f P-38 _ �10 UESTM Formerly Alpha Testing FIGURE I P-29 B-52 B-53 B-66 B-67 B-68 B-82 , B-83;,., B-84 B-85 *I P-39 I: 7 B-42 B-69 B-70 B-86 P-40.- APPROXIMATE PRELIMINARY BORING LOCATION (W232251) APPROXIMATE BORING LOCATION BORING LOCATION PLAN I10 UES,. Formerly Alpha Testing Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W241422 Date: 07/05/24 % Lime 0% 4% 6% 8% 10% PI 29 14 11 7 5 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 2A I10 UES,. Formerly Alpha Testing Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W241422 Date: 06/27/24 % Lime 0% 4% 6% 8% 10% I PI 34 18 13 9 7 +I 70 65 60 55 50 45 40 a 35 30 \� 25 20 15 10 0 I I l 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2B 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 Subgrade 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 Subgrade 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 Subgrade 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: r/0 5058 Brush Creek Rd. BORING NO.: 16 M Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Project: Deer Creek Meadows - Phases 3 though 8 Surface Elevation: Start Date: 8/19/2023 End Date: 8/19/2023 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS a) o w E-- -- > � _ w w J On Rods (ft) NONE � o �, Uw .cw �^ E J S o U 00 3 Y N -OL L C J _ ZAfter Drilling (ft): DRY 2 >CS � o o f c 5 u) a) mo L a � 0 0 - 0� oQ 0 0 D N ❑— U w 3 o E 7After Hours (ft): E m U" o off? ? o 0 m cn MATERIAL DESCRIPTION jDark Brown CLAY with ferrous deposits — 4.5+ 14 4.5+ 15 77 24 53 9.3 _ 3.0 Tan CLAY with limestone seams and layers j 53 6.0 Tan LIMESTONE — , 100/ 10 1.50" - with clay layer from 11' to 13' — — , 100/ 15 1„ _ 16.0 Gray LIMESTONE 100/ _20 20.0 , 0.50" TEST BORING TERMINATED AT 20 FT r/0 5058 Brush Creek Rd. BORING NO.: 17 M Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/19/2023 End Date: 8/19/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with ferrous deposits Tan CLAY with limestone seams and layers _5� j j j 10 j Tan LIMESTONE with clay seams and layers 15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X CU WN -OL ^ C °� oa5o)mE Ja J2 C o(1)a oaVOE '- 3 �W Z t o 4.5+ 12 61 22 39 2.0 91 6L 84 10.0 2/ 11 92/ .50 13 53 19 34 15.0 450" 100/ 20.0 1 r/0 5058 Brush Creek Rd. BORING NO.: 18 M Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/21/2023 End Date: 8/21/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with limestone seams and layers j_5 j j Tan WEATHERED LIMESTONE with clay _10_ seams and layers Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 0.5 w d ° — ° X a 8-1 co ° w 'Co°'' � J w J -0 C o N f -OL 5 L o a) m E ° a (1)a o CD a VOE '- OC�3 8-1 D2_ Cl)U xW Z 0 > 4.5+ 14 4.5+ 16 71 24 47 7.6 100 9.0 100/ 9.2525" 13.0 100/ 2.50" 100/ 20.0 1 r/0 5058 Brush Creek Rd. BORING NO.: 19 M Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/21/2023 End Date: 8/21/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) �On Rods (ft) NONE 1After Drilling (ft): DRY After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY Tan WEATHERED LIMESTONE with clay seams and layers _5_ Tan LIMESTONE with clay seams and layers Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X N -OL L J J C o CD ° f 5 o a) mEa oaVOE a m '- 3 �W Z t o 4.5+ 13 56 19 37 2.0 100/ 13 9.50" 6L 89 9.0 L 16" 12.0 k 12" 100/ 20.0 0.75" r/0 5058 Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/22/2023 End Date: 8/22/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous nodules and ferrous deposits Tan LIMESTONE with clay seams and layers _5_ _10 Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X a 8-1 cow ° w 'Co°'' � w -0 N -OL L J J C o CD ° f 5 o a) mE a 2 (1)a oaVOE '- 3 U xE M =cn ° .E o `° �W Z t o 4.5+ 9 55 19 36 2.0 100/ 7.50" 94/ k 11.1 13" 14.0 10 1.50" 100/ 20.0J1 r/0 5058 Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/18/2023 End Date: 8/18/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) �On Rods (ft) NONE 1After Drilling (ft): DRY After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with limestone seams and layers Tan LIMESTONE with clay seams and 5 layers _10 Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X CU WN -OL ^ C °� oa5o)mE Ja J2 C o(1)a oaVOE '- 3 U x� °in =cn ° .E o `° �W Z t o 4.5+ 21.8 115 10 51 17 34 2.0 100 4.0 100/ 0.50" 12.0 100/ 66 5.50" 6 100/ 1" 100/ 20.0 0.50" r/0 5058 Brush Creek Rd. BORING NO.: 27 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/19/2023 End Date: 8/19/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) �On Rods (ft) NONE 1After Drilling (ft): DRY After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY Tan WEATHERED LIMESTONE with clay seams and layers Tan LIMESTONE with clay seams and layers Gray LIMESTONE TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X N -OL L J J C o CD ° f 5 o a) mE a 2 (1)a oaVOE '- 3 to °C =c5 8-1° .E D `° �W Z t o 4.5+ 13 60 21 39 2.0 100/ 9, 7.0 13.0 100/ 8" 100/ LL 5.25" 100/ 66 1.50" 100/ 20.0 0.75" r/0 5058 Brush Creek Rd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/18/2023 End Date: 8/18/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Tan WEATHERED LIMESTONE with clay — — seams and layers Tan CLAY with limestone seams and layers j j _10 j j Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X CD °� oa5o)mE a 2 (1)a oaVOE '- 3 �W Z t o 4.5+ 12 62 20 42 2.0 100/ 8.50" 4.0 91( 13.0 72 100/ 2.75" 100/ 20.0 1 r/0 5058 Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/18/2023 End Date: 8/18/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous nodules — Tan CLAY with limestone seams and layers j Tan LIMESTONE with clay seams and 5 layers _10 Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 0.5 w d ° — ° X a o co ° w -OL "Co °'' .� °' �^ � C J w J -0 C o a o� �° N of a)5 L to a) mo E ° a `2 m E U� O� 0_ aN ❑� V '- 3 U x� C O° C �° O Z H W 4.5+ 7 52 20 32 1.0 92/ 66 11" 4.0 100/ 7.5050" 66 100/ 10 49 18 31 1.75" 11.0 6 100/ 1" 100/ 20.0 0.75" r/0 5058 Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/22/2023 End Date: 8/22/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION — Dark Brown CLAY with calcareous nodules jand ferrous deposits j Tan LIMESTONE with clay seams and 5 layers _10 _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 0.5 w d ° — ° X a 8-1 co ° w 'Co°'' � J w J -0 C o N f -OL 5 L o a) m E ° a (1)a o CD a VOE '- 3 O _ 8-1 Cl)U x H Z D2_ 0 > 1 4.5+ 9.5 109 9 4.0 100/ 4" 66 100/ V, 100/ 1.50" 16.0 100/ 20.0 0.50" 4.5+ 15 46 19 27 0.0 r/0 5058 Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/18/2023 End Date: 8/18/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) �On Rods (ft) NONE 1After Drilling (ft): DRY After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with limestone seams and layers Tan WEATHERED LIMESTONE with clay 5 seams and layers Tan LIMESTONE _10 _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X CU WN -OL ^ C °� oa5o)mE Ja J2 C o(1)a oaVOE '- 3 �W Z t o 4.5+ 17 65 23 42 2.0 79 4.0 100/ 8.25" 8.0 100/ 4.25" 100/ 15.0J1.75" 100/ 20.0 0.75" r/0 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/18/2023 End Date: 8/18/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION j Brown CLAY with ferrous deposits and sand — Tan CLAY with limestone seams and layers j j_5 j j _10� j j Gray LIMESTONE - clay seams and layers from 13' to 16' _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 0.5 w d ° — ° X a 8-1 co ° w -OL "Co°'' � J w J -0 C o o N f 5 L o a) mCD E ° a 2a _ a VOE ° O U xC�COC�5 H W ° Z 4.5+ 7 60 20 40 1.0 96/ 11" 13.0 59 100/ 11" 100/ 4.25" 100/ 20.0 1.25" r/0 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/24/2023 End Date: 8/25/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS �On Rods (ft) NONE 1After Drilling (ft): DRY O After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with ferrous deposits — Tan CLAY with limestone seams and layers j j_5 j j j -with sandstone seams from 9' to 10' _10 -with clay seams from 10' to 12' j Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 0.5 w d ° — ° X a 8-1 co ° w -OL 'Co°'' � J w J -0 C o o N f 5 L o a) mCD E ° a (1)a a VOE '- OC�3 8-1 D2_ Cl)U xW Z 0 > 4.5+ 11 1.0 57 13.0 64 82/ 66 8" 100/ 1.50" 100/ 20.0 1 r/0 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 M Fax: 817-496-5608 PROJECT NO.: W232251 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar Homes of Texas - Irvinq Location: Fort Worth, Texas Deer Creek Meadows - Phases 3 though 8 Surface Elevation: 8/24/2023 End Date: 8/25/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) �On Rods (ft) NONE 1After Drilling (ft): DRY After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with limestone seams and layers Tan LIMESTONE _5_ _10 - with clay seams from 10' to 11' Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 d 0.5 w ° — ° X CD °� oa5o)mE a 2 (1)a oaVOE '- 3 �W Z t o 4.5+ 16 71 23 48 2.0 44 4.0 100/ 2" 12.0 100/ 1.50" 100/ 1" 100/ 20.0 1 �10 UES, 5058Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE with clay seams and layers Tan LIMESTONE 10 _15 BORING TERMINATED AT 15 FT 20 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E o a �� of �a� �a ° a `-' o� E U o 4 D_ N �'.� C .2 3 CD x° o� ��_ o co o (n 4.5+ 24 4.5+ 22 64 22 42 2.1 4.0 4.5+ 12 6.0 100/ 9 0.5" 9.0 100/ 9 0.75" 100/ 9 15.0 , 0.51, Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j deposits Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10_ _15 Gray LIMESTONE _20 BORING TERMINATED AT 20 FT North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of �a ° a `—' o� 9a x ��_ �_ o O J 4.0 22 4.5+ 20 4.0 4.5 2.6 110 17 42 17 25 6.0 100/ 15 7.0 2.25" 175 14 1.75" 100/ 1.25" 16.0 100/ 13 20.0 L 0.25" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 TM Fox: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting com Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Brown CLAY with calcareous nodules and deposits 5 — Tan CLAY with calcareous deposits and j/ nodules j Tan LIMESTONE 10 _15 TEST BORING TERMINATED AT 15 FT 20 +�i 6.0 9.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 1 4.5 23 68 21 47 3.0 20 3.25 19 53 18 35 0.3 4.5+ 12 100/ 15 1.50" / 13 100 15.0 L 1.5 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 4 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o SFAfter Hours (ft): MATERIAL DESCRIPTION j Dark Brown CLAY with gravel and calcareous nodules Tan CLAY with calcareous nodules and 5 deposits Tan LIMESTONE with clay seams and layers _10 _15_ Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o C� CU (� a) 0 E E c a �0 of �a ° a `-' E o� U o 4 9a� D_ N �'.� C .2 3 CD x° o� ��_ o ° ° J co o (n 1 4.5 18 4.0 25 4.0 4.25 24 69 22 47 0.8 6.0 L 12" 13 100/ 12 1.50" 100/ 12 1" 16.0 100/ 7 20.0 L 0.50" �10 5058Brush Creek Rd. BORING NO.: 5M Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules j _5 j — — Tan LIMESTONE _10 _15 TEST BORING TERMINATED AT 15 FT 20 2.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° o� E U� o4 aN ��'.� U ._2 3 x° o� ��_ o ° ° J co o (n 4.5+ 13 3.25 18 4.5+ 16 42 18 24 6.0 L 13" 15 100/ 11 1.50" 100/ 13 15.0 hk 1 5058Brush Creek Rd. BORING NO.: 6 �10 UES, Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Project: Deer Creek Meadows - Phases 4 & 5 Surface Elevation: Start Date: 6/17/2024 End Date: 6/17/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m �•E .4 E.- a> - _ x NONE T i m U� `n3 Z�— C'.�-ff E E c o �70n Rods (ft): �0 3 Y a> �s s �� w c n a ZAfter Drilling (ft): DRY a o0 a) o o 05) u) a� mo �a 0 o After Hours (ft): " o - a Ha Z MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 2.25 26 4.5 21 67 23 44 _ 4.0 Tan CLAY with calcareous nodules and 5 deposits — � 4.5 15 j — � 13 j 9.0 Tan LIMESTONE with clay seams and , 100/ 10 layers 1 15 — , 100/ 11 15 1„ _ 16.0 Gray LIMESTONE 100/ 7 _20 20.0 L 0.50" TEST BORING TERMINATED AT 20 FT �10 UES, 5058Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 7 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Project: Deer Creek Meadows - Phases 4 & 5 Surface Elevation: Start Date: 6/11/2024 End Date: 6/11/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m �•E .4 E.- a> - _ x �70n Rods (ft): NONE T N U� (D v C �� j E C c Q a 1After Drilling (ft): DRY �o 3 Y o0 a) o o �� a, s >w cn o, mo Q c 0 o a, After Hours (ft): a " o - a D (!) Q Ur X O- - o C) Z J d Ha MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous nodules — 2.0 28 — 2.5 21 63 20 43 0.0 4.0 _ Tan CLAY with calcareous nodules and 5 deposits 3.5 16 6.0 Tan LIMESTONE with clay seams and layers L 16 — 2.50.50" 100/ L 15 10 10.0 1 Tan LIMESTONE 100/ , 12 _15 15.0 0.50" TEST BORING TERMINATED AT 15 FT 20 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 TM Fox: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www. alphatesting. com Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcarous nodules j j Tan CLAY with calcareous nodules and 5 deposits j Tan LIMESTONE _10_ _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 1 2.75 27 4.0 14 46 17 29 0.0 4.0 4.5 3.6 113 14 6 7.0 L 12" till 9 " 100/ 7 0.50" 16.0 100/ 7 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/10/2024 End Date: 6/10/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 deposits Tan LIMESTONE with clay seams and 10 layers Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° o� E U� o4 aN ��'.� C ._2 3 CD x° o� ��_ o ° ° J o (n 1.25 27 4.5 22 4.0 4.5 21 66 22 44 4.5 17 9.0 = 100/ 11 1" 12.0 , 100/ 7 0.50" 15.0 Client: Project: Start Date: Drilling Method: UES, 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 BORING NO.: 10 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION j Dark Brown CLAY with traces of calcareous nodules Tan CLAY with calcareous nodules and 5 deposits and limestone fragments Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE _15 Gray LIMESTONE _20 BORING TERMINATED AT 20 FT North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o C� CU (� a) 0 E E o a �� of �a ° a `-' o� 9a x ��_ �_ o O J 1 3.75 27 1.75 4.0 29 4.5 14 37 17 20 0.0 6.0 100/ 15 0.5" 100/ 11 0.5" 10.0 L 100/ 7 15.0 , 1.001, 100/ 7 20.0 L 0.01, �10 UES, 5058Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION FDark Brown CLAY with calcareous nodules j j Tan CLAY with calcareous nodules and 5 � deposits j j Tan LIMESTONE _10_ Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' o� E U o 4 D_ N �'.� C .2 3 x° o� ��_ o ° ° J co o (n 4.5+ 23 4.0 16 40 17 23 4.0 4.5+ 14 4.5+ 15 9.0 = 125 15 1.25" 13.0 100/ 10 15.0 , 0.25" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 7 Tan CLAY with calcareous nodules and deposits and limestone fragments —5� j j j 10 j Tan LIMESTONE with clay seams and layers _15_ Gray LIMESTONE 20 BORING TERMINATED AT 20 FT North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of �a ° a `—' o� 9a x ��_ �_ o O J 1 2.5 25 +�i 2.25 17 4.5+ 15 4.5+ 13 40 17 23 0.1 4.5+ 14 10.0 100/ 14 0.5" 17.0 100/ 6 20.0 L 1.01, 5058Brush Creek Rd. BORING NO.: 13 �10 UES, Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Project: Deer Creek Meadows - Phases 4 & 5 Surface Elevation: Start Date: 5/23/2024 End Date: 5/23/2024 West: Drilling Method: North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m �•E .4 E.- p - _ _ x NONE T i m U� .ten.. C'.�-ff E E c o �70n Rods (ft): �0 3 Y a> �s s �� w c n a ZAfter Drilling (ft): DRY a o0 a) o o a� u) a� mo �a 0 o After Hours (ft): " o - a Ha Z MATERIAL DESCRIPTION jBrown CLAY with calcareous nodules 4.5+ 18 3.25 20 57 19 38 _ 4.0 Tan CLAY with calcareous nodules and 5 deposits / 4.5 2.9 117 14 j4.5+ 14 9.0 Tan LIMESTONE , 100/ 12 10 0.75" _ 14.0 — Gray LIMESTONE , 100/ 11 15 15.0 0.75" BORING TERMINATED AT 15 FT 20 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 14 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j — Tan LIMESTONE 10— Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 x° o� ��_ o ° ° J co o (n 1 4.5 21 3.5 20 4.0 15 31 16 15 6.0 100/ 12 2.50.50" 100/ 12 1.50" 13.0 66 till 7 " 100/ 7 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 15 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j deposits j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 4.0 7.0 13.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E c a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 2.5 22 3.5 17 4.5 11 27 14 13 0.3 100/ 8 1.50" 12" 14 100/ 7 15.0 661 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 5 Tan LIMESTONE 10 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) c �a ° a `-' 0 E o� U� o4 aN ��'.� U ._2 3 x° o� ��_ o ° ° J co o (n 1 1.25 31 4.5 21 4.5 18 64 21 43 0.3 6.0 L 12" 7 till 6 " 100/ 8 0.50" 17.0 1000/ 8 20.0 L �10 UES, 5058Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules with limestone fragments at 4' to 5' _5 Tan LIMESTONE Tan CLAY with calcareous deposits and weathered limestone fragments 10 j j j Tan LIMESTONE with clay seams and _15 layers TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of v) a� mo �a ° a `-' o� 9a� CD x �� �_ o_ O J 4.5+ 19 4.5+ 6.3 110 19 65 22 43 4.5+ 14 5.0 12" 8 8.0 4.5 16 14.0 100/ 9 15.0 1 �10 UES, 5058Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/10/2024 End Date: 6/10/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 derosits Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE _15_ Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o C� CU (� a) 0 E E o a �0 of �a v) a� mo �a ° a `-' o� x � ��_ �_ o O J 0.5 33 4.5 20 50 19 31 4.0 4.5 15 5.0 100/ 2.50" 100/ 9 10.0 hk 1 100/ $ 0.50" 16.0 100/ 8 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j/ deposits j Tan LIMESTONE 10 _15 BORING TERMINATED AT 15 FT 20 4.0 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of �a ° a `-' o� 9a x ��_ �_ o O J 2.0 31 2.0 30 67 22 45 0.0 4.5+ 13 8.0 7 100/ 1.25" 1007 1.0" 100/ 9 15.0 , 0.75" �10 UES, 5058Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 20 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Project: Deer Creek Meadows - Phases 4 & 5 Surface Elevation: Start Date: 5/24/2024 End Date: 5/24/2024 West: Drilling Method: North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m �•E .4 E.- p - _ x �70n Rods (ft): NONE T N U� (D Z"- C j �� _ E E C c Q a 1After Drilling (ft): DRY �o 3 Y o0 c o o �� a, s >w cn o, mo Q c 0 o a, After Hours (ft): a " o - o D (!) Q Ur X O- - o O Z J d Ha MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules — 2.0 26 — 3.0 17 4.0 _ Tan CLAY with calcareous nodules and 5 j deposits 3.25 1.3 114 16 34 16 18 — j7.0 Tan LIMESTONE 100/ L 12 — — 1.25" 100/ L 9 10 — 1.0" _ 13.0 Gray LIMESTONE 100/ — 15 0.5" L 100/ _20 20.0 L 0.01, BORING TERMINATED AT 20 FT Client: Project: Start Date: Drilling Method: UES, 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 BORING NO.: 21 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/24/2024 End Date: 5/24/2024 West: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and WZZ deposits and limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 +1i North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' E o� U o 4 D_ N �'.� (� .2 3 CD x° o� ��_ o ° ° J o (n 1 3.5 25 4.5 18 54 20 34 4.0 15 6.0 0.5" 13 .5 175 10 0.75" 14.0 .25 8 15.0 025" �10 UES, 5058Brush Creek Rd. BORING NO.: 22 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules _5 Tan CLAY with calcareous nodules and deposits and limestone fragments j Tan LIMESTONE with clay seams and 10 layers Gray LIMESTONE _15 _20 BORING TERMINATED AT 20 FT 5.0 9.0 13.0 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �� of �a� �a ° a `-' o� E U o 4 D_ N �'.� (� .2 3 CD x° o� ��_ o co o (n 2.5 30 1.5 30 63 23 40 0.8 3.5 16 100/ 11 0.75" 100/ 8 0.5" .25 9 20.0 L 100/ �10 UES, 5058Brush Creek Rd. BORING NO.: 23 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE _15 BORING TERMINATED AT 15 FT 20 +1i North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' o� E U o 4 D_ N �'.� (� .2 3 CD x° o� ��_ o ° ° J o (n 2.75 27 4.0 17 4.5+ 3.2 114 13 33 17 16 6.0 0.5" 12 .5 100/ 11 0.5" 10.0 L 100/ 14 15.0 , 1.75" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 24 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE with clay seams and layers Tan LIMESTONE 10 Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o C� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� oz aN ��'.� C ._2 3 CD x° o� ��_ o ° ° J o (n 1 1.25 28 2.0 1.2 97 22 4.0 4.5 14 43 17 26 6.0 100/ 14 1.50" 9.0 100/ 21 2.50.50" 13.0 66 till 7 " 100/ 7 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules �� Tan CLAY with calcareous nodules and deposits _5� j j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1 2.5 21 54 18 36 2.0 15 4.5 14 7.0 4.5 14 100/ 10 1.50" 100/ 16 1.50" 12.0 100/ 8 15.0 hk 1 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and jdeposits _5 j j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT +�i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `—' o� E U o 4 9a� D_ N �'.� (� .2 3 CD x° o� ��_ o co o (n 2.5 24 2.25 17 4.5 11 39 17 22 0.0 7.0 100/ 16 2.50" 100/ 16 1.50" 13.0 100/ 7 0.50" 100/ 7 20.0 L 0.50" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 27 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j j Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 +1i 7.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1 4.25 15 53 21 32 4.5 17 4.5 11 100/ 12 0.50" 100/ 14 10.0 , 0.50" 13.0 100/ $ 15.0 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules j Tan LIMESTONE with clay seams and layers Tan LIMESTONE _5_ 10 _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 1 2.0 29 44 19 25 3.0 2.0 1.0 88 30 4.0 100/ 13 3.50" 100/ 8 1.50" 66 till 8 " 17.0 100/ 8 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: 5 _10_ _15 20 Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS \7On Rods (ft): NONE 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers Tan LIMESTONE TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U o 4 D_ N U 3 CD 2.25 26 3.5 26 63 21 42 4.0 100/ 1 4 5.0 100/ 8 0.50" 100/ 8 15.0 , 0.50" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 30 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules j j _5 j Tan LIMESTONE with clay seams and layers _10 _15_ Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `—' o� 9a x ��_ �_ o O J 3.0 26 2.25 25 2.75 24 43 18 25 0.7 6.0 1000/ 6 100/ 13 2.50" 100/ 10 2.50" 16.0 1000/ 7 20.0 L �10 UES, 5058Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/22/2024 End Date: 5/22/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and — _5 jdeposits j — — Tan LIMESTONE _10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 2.5 32 MCI 1.5 21 42 18 24 6.0 till 8 " 100/ 9 0.50" 100/ 9 15.0 hk 1 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 32 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/22/2024 End Date: 5/22/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous noduls jand some gravel j — l Tan CLAY with calcareous nodules and 5 deposits j Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10_ _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `—' o� 9a x ��_ �_ o O J 1 4.5 27 3.5 24 49 19 30 0.3 4.0 2.0 16 6.0 100/ 9 7.0 1„ hk till 9 " 66 13" 12 16.0 100/ 20.0 L 0.50" 9 5058Brush Creek Rd. BORING NO.: 33 �10 UES, Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Project: Deer Creek Meadows - Phases 4 & 5 Surface Elevation: Start Date: 5/23/2024 End Date: 5/23/2024 West: Drilling Method: North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m �•E .4 E.- p - _ _ x NONE T i m U� .ten.. C'.�-ff E E c o �70n Rods (ft): �0 3 Y a> �s s �� w c n a ZAfter Drilling (ft): DRY a o0 a) o o 05) u) a� mo �a 0 o After Hours (ft): " o - a Ha Z MATERIAL DESCRIPTION jDark Gray CLAY with calcareous nodules 4.5+ 22 _ 2.0 Tan CLAY with calcareous nodules and deposits — � 4.5 18 j — 5 4.5+ 13 j j4.5+ 13 40 17 23 0.0 9.0 Tan LIMESTONE , 100/ 10 10 1.0" 100/ 8 _15 15.0 , 0.75" BORING TERMINATED AT 15 FT 20 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 34 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits and limestone fragments —5� j j j Tan LIMESTONE with clay seams and 10 layers Gray LIMESTONE _15 _20 BORING TERMINATED AT 20 FT +1i 9.0 13.0 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' E o� U o 4 D_ N �'.� (� .2 3 CD x° o� ��_ o ° ° J o (n 1 1.75 29 67 22 45 4.5+ 18 4.5+ 16 4.5+ 10 100/ 12 1.25" 100/ 7 0" 100/ 7 20.0 L 0.5" �10 UES, 5058Brush Creek Rd. BORING NO.: 35 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/24/2024 End Date: 5/24/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j deposits and limestone fragments j j Tan LIMESTONE with clay seams and _10_ layers Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of �a ° a `-' o� 9a x ��_ �_ o O J 4.0 26 3.5 23 4.0 4.25 16 34 17 17 0.4 4.5+ 14 9.0 = 100/ 9 13.0 100/ 9 15.0 , 0.51, 5058Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alnhntvetinv rnm Formerly Alpha Testing Client: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Project: Deer Creek Meadows - Phases 4 & 5 Surface Elevation: Start Date: 5/23/2024 End Date: 5/23/2024 West: Drilling Method: North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j deposits j j Tan LIMESTONE 10 Gray LIMESTONE _15_ _20 BORING TERMINATED AT 20 FT 4.0 "o, Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a ° a `-' o� E U o 4 9a� D_ N �'.� (� .2 3 CD x° o� ��_ o co o (n 4.5+ 17 4.5 3.3 92 25 77 24 53 4.5+ 13 4.5 23 100/ 12 0.5" 14.0 100/ $ 0.5" 100/ 7 20.0 L 0.5" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 7/10/2024 End Date: 7/10/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o SFAfter Hours (ft): MATERIAL DESCRIPTION Vol DarkBrown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 deposits Tan LIMESTONE _10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of 0o) W a) c �a ° a `-' 0 E o� U� o4 aN ��'.� U ._2 3 x° o� ��_ o ° ° J co o (n 1 4.5+ 18 4.5 21 68 22 46 2.8 4.0 4.5 16 6.0 100/ 14 1.50" 66 till 9 " 100/ 11 15.0 , 0.50" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j deposits j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT 4.0 7.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `—' o� E U o 4 9a� D_ N �'.� (� .2 3 CD x° o� ��_ o co o (n 2.25 26 2.25 23 59 20 39 0.3 4.5 15 100/ 11 1" 100/ 5 1.50" 14.0 100/ 7 1.50" 1000/ 10 20.0 , �10 UES, 5058Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of 0o) W a) c �a ° a `-' 0 o� E U� o4 aN ��"� U ._2 3 CD x° o� ��_ o ° ° J o (n 3.5 21 2.75 14 4.0 14 36 16 20 0.4 6.0 till 11 " 66 till 13 " 13.0 100/ 7 15.0 661 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 40 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j — — Tan LIMESTONE _10 Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 x° o� ��_ o ° ° J co o (n 1 3.5 16 4.5 14 31 16 15 4.5 15 6.0 100/ 15 2.50.50" 13.0 100/ $ 0.50" 100/ 7 20.0 L 1 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 41 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° o� E U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 4.0 20 3.5 18 39 17 22 1.9 119 14 6.0 hk till 14 " X 100/ 13 1.50" 12.0 100/ 7 15.0 , 0.50" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 42 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j Tan LIMESTONE with clay seams and layers Tan LIMESTONE 10 _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1 2.5 27 3.5 22 42 18 24 4.5 15 6.0 100/ 11 2.50.50" 9.0 L i1ll 5 " 100/ 7 0.50" 16.0 100/ 24 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 43 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: 5_ _10_ _15 20 Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS \7On Rods (ft): NONE 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE Gray LIMESTONE TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� m (� a) 0 E E c a �� of 0o) W a) mo �a ° a `-' 0 E o U� o4 0_ 0 D_N CD 4.0 19 3.0 22 57 18 39 0.3 4.0 66 t " 7 ill 9.0 100/ 6 2.50" 100/ 3 15.0 , 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 44 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous nodules and limestone fragments Tan LIMESTONE with clay seams and 5 layers 10 Tan LIMESTONE _15_ Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 2.0 30 68 23 45 2.0 31 4.0 100/ 7 2.50" 100/ 9 10.0 , 2" 66 till 9 " 17.0 1000/ 8 20.0 L Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 45 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/22/2024 End Date: 5/22/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION orDark Brown CLAY with calcareous nodules 5 Tan LIMESTONE with clay seams and _ layers Tan LIMESTONE _10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1 2.0 28 2.25 25 4.5 1.6 101 19 57 19 38 6.0 100/ 5 1" 8.0 100/ 10 0.50" 100/ 10 15.0 , 0.50" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 46 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10_ Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o C� CU (� a) 0 E E c a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 1 2.25 30 4.5 4.0 im 0.5 21 48 18 30 0.0 6.0 12" 8 7.0 2„ hk 1 ill 20 " 14.0 100/ 18 17 100/ 20.0 L 1 �10 UES, 5058Brush Creek Rd. BORING NO.: 47 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/22/2024 End Date: 5/22/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous nodules and some gravel j Tan CLAY with calcareous nodules and 5 deposits and some limestone fragments Tan LIMESTONE 10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E o a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 4.25 21 4.5 16 48 18 30 4.0 4.5 10 6.0 till 10 " 100/ 8 0.50" 100/ 9 15.0 , 0.50" Client: Project: Start Date: Drilling Method: UES, 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 BORING NO.: 48 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with gravel j j Tan CLAY with calcareous nodules and _ 5 deposits Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10 _15_ Gray LIMESTONE 20 BORING TERMINATED AT 20 FT North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o C� CU (� a) 0 E E o a �� of �a ° a `-' o� 9a x ��_ �_ o O J 1 4.5+ 22 4.5+ 17 45 19 26 4.0 3.0 14 6.0 175 12 0.75" 8.0 125 9 1.25" 100/ 12 0.5" 17.0 100/ 8 20.0 L 0.5" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 49 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits — and gravel Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10 Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of �a� �a ° a `—' o� E U o 4 D_ N �'.� (� .2 3 CD x° o� ��_ o co o (n 4.0 17 4.5+ 27 4.0 4.5+ 12 34 16 18 0.0 6.0 175 8 0.75" X 175 9 0.75" 13.0 100/ 7 15.0 0.51, �10 UES, 5058Brush Creek Rd. BORING NO.: 50 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and — _5 jdeposits j Tan LIMESTONE with clay seams and layers Tan LIMESTONE with clay seams and _10_ layers Gray LIMESTONE _15_ _20 BORING TERMINATED AT 20 FT North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �� of �a ° a `-' o� 9a x ��_ �_ o O J 4.5 23 MCI 3.0 1.4 109 15 28 14 14 6.0 175 17 0.75" 9.0 100/ 26 0.75.75" 14.0 100/ 7 0.5" .25 7 20.0 L 100/ �10 UES, 5058Brush Creek Rd. BORING NO.: 51 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous nodules and some gravel Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' 0 o� E U o 4 D_ N �'.� C .2 3 CD x° o� ��_ o ° ° J o (n 3.0 29 3.5 25 68 23 45 0.0 4.0 4.0 14 6.0 100/ 12 1.0" 12 100/ 10.0 L 0.5" 14.0 0/ 8 10 15.0 1. Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 52 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits 5 Tan LIMESTONE 10 Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT +�i 9.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `—' E o� U o 4 9a� D_ N �'.� (� .2 3 CD x° o� ��_ o ° ° J co o (n 1 3.5 16 2.25 15 4.5 1.7 111 19 64 22 42 4.5 19 100/ 13 2" 14.0 till 7 " 100/ 20.0 L 0.50" 8 0.5 �10 UES, 5058Brush Creek Rd. BORING NO.: 53 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j deposits j j Tan LIMESTONE with clay seams and _10_ layers Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E o a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 2.75 23 4.5 15 4.0 4.5 15 4.5 14 31 16 15 9.0 100/ 13 1" 13.0 100/ 8 15.0 , 1 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 54 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits —5� j j j Tan LIMESTONE with caly seams and 10 layers Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT +1i 9.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1 3.25 24 60 21 39 3.5 16 28 14 14 4.0 15 4.5 14 100/ 17 0.50" 14.0 100/ 8 0.50" 1000/ 8 20.0 L �10 UES, 5058Brush Creek Rd. BORING NO.: 55 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/11/2024 End Date: 6/11/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j j j Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of 0o) W a) c �a ° a `-' 0 o� E U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 3.25 13 1.5 17 4.5 15 4.0 20 47 19 28 1.3 8.0 10.0 66 100/ 7 2.50" 100/ 7 15.0 , 1.50" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 56 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION yoo� Tan CLAY with weathered limestone fragments Dark Brown CLAY with calcareous nodules 5 Tan LIMESTONE _10_ _15 _20 TEST BORING TERMINATED AT 20 FT 2.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� m (� a) 0 E E c a �� of 0o) W a) mo �a ° a `-' 0 E o U� o4 0_ 0 D_N CD x° oU) �(1)_ o 1 12 1.0 33 3.0 26 68 21 47 0.8 4.5 17 9.0 100/ 2.50" 100/ 5 1" 100/ 20.0 L 0.50" 3 �10 UES, 5058Brush Creek Rd. BORING NO.: 57 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and 5— layers 10 Tan LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of 0o) W a) c �a ° a `-' 0 E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 1.75 11 3.5 1.4 96 24 72 23 49 0.0 4.0 100/ 5 1.50" 100/ 11 10.0 hk 1 100/ 10 15.0 , 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 58 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay saems and 5 layers ZZA Tan LIMESTONE _10_ _15 Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 1.0 27 4.5+ 17 65 21 44 4.0 100/ 2�� 2" 10 5.0 100/ 9 1.50" 66 till 9 " 17.0 100/ 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 59 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and 5 layers 10 Tan LIMESTONE Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 3.5 22 13 58 18 40 4.0 100/ 13 3.50" 100/ 10 10.0 hk 1 14.0 .50 8 15.0 050" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 60 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 deposits and weathered limestone fragments — Tan LIMESTONE 10— _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a ° a `—' o� 9a x ��_ �_ o O J 4.0 28 3.0 20 4.0 4.5 11 37 16 21 6.0 till 16 " 12" 26 100/ 19 15.0 hk 1 100/ 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 61 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j deposits and weathered limestone fragments Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10_ _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E c a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 1.75 27 4.0 24 62 23 39 0.5 4.0 3.25 12 6.0 100/ 8 7.0 1„ 100/ $ 0.50" 15.0 L 100/ 11 100/ Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. Fort Worth, Texas Phone: 817-496-560000 UES, BORING NO.: 62 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W241422 www.alphatesting.com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 deposits and weathered limestone fragments Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o C� CU (� a) 0 E E o a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 1 2.25 29 2.5 26 4.0 3.0 16 32 16 16 6.0 till 15 " ll 7 100/ 10.0 L 1 100/ 10 0.50" 16.0 100/ 7 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 63 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/25/2024 End Date: 6/25/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j Tan LIMESTONE with clay seams and layers Gray LIMESTONE 10 _15 TEST BORING TERMINATED AT 15 FT 20 +1i Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1 4.5+ 21 74 24 50 4.5+ 12 4.5+ 3.9 122 14 6.0 100/ 8 1.50" 9.0 100/ $ 0.50" .50 8 15.0 L 100/ �10 UES, 5058Brush Creek Rd. BORING NO.: 64 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Tan CLAY with calcareous nodules and deposits j Tan LIMESTONE with clay seams and 5 layers Gray LIMESTONE _10_ _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of �a v) a� mo �a ° a `-' o� x � ��_ �_ o O J 3.0 14 4.5+ 14 42 19 23 4.0 100/ 12 2.50" 7.0 66 till 12 " 6 100/ 1" 100/ 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 65 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/24/2024 End Date: 5/24/2024 West: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE 10 _15 BORING TERMINATED AT 15 FT 20 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of �a ° a `-' o� 9a x ��_ �_ o O J 1 2.25 34 69 22 47 4.5+ 11 4.0 2.5 14 6.0 175 12 1.75" 0.5" 12 .5 100/ 10 15.0 , 0.51, �10 UES, 5058Brush Creek Rd. BORING NO.: 66 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules — Tan CLAY with calcareous nodules and j deposits _5� j j j Tan LIMESTONE 10 Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 9.0 13.0 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E c a �0 of �a ° a `-' o� E U o 4 9a� D_ N �'.� (� .2 3 CD x° o� ��_ o co o (n 4.5+ 18 4.5+ 14 36 17 19 0.7 4.5+ 3.1 115 14 100/ 15 1.50" 6 100/ 1" 1000/ 20.0 L 5058Brush Creek Rd. BORING NO.: 67 �10 UES, Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Project: Deer Creek Meadows - Phases 4 & 5 Surface Elevation: Start Date: 6/14/2024 End Date: 6/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m �•E .4 E.- p - _ _ x NONE T i m U� .ten.. C'.�-ff E E c o �70n Rods (ft): �0 3 Y a> �s s �� w c n a ZAfter Drilling (ft): DRY a o0 a) o o a� u) a� mo �a 0 o After Hours (ft): " o - a Ha Z MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules 2.0 26 2.0 23 58 20 38 0.1 _ 4.0 Tan CLAY with calcareous nodules and 5 deposits 4.5+ 13 Tan LIMESTONE with clay seams and 6.0 layers 100/ 1" 100/ 10 10.0 0.50" Tan LIMESTONE _ 13.0 Gray LIMESTONE 100/ _15 15.0 , 2 TEST BORING TERMINATED AT 15 FT 20 Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 68 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15_ _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° o� E U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1.0 25 2.5 13 4.0 4.5+ 12 35 17 18 6.0 100/ 1.5 4.5+ 12 ll 12 100/ 10.0 L 1 100/ 8 1.50" 100/ 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 69 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 j/ deposits j Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E c a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 1.0 35 4.5 15 4.0 4.5+ 15 32 15 17 0.0 7.0 100/ 4.5+ 12 2" 100/ $ 1" 11.0 9 100/ 15.0 L 100/ Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 70 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and 5 � deposits Tan LIMESTONE with clay seams and layers 10 Tan LIMESTONE Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a ° a `—' o� 9a x ��_ �_ o O J 1 2.0 29 60 23 37 2.5 14 4.0 4.5+ 9 6.0 L 12" 13 ll 9 100/ 10.0 L 1 12.0 100/ 66 1" 100/ 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 71 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with calcareous nodules and jdeposits j _5 j j Tan LIMESTONE 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a ° a `-' o� 9a x ��_ �_ o O J 4.5 15 4.5+ 11 4.0 17 33 17 16 6.0 L 13" 10 / 8 100 10.0 L 1.5 100/ 8 15.0 , 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 72 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous nodules and deposits Tan LIMESTONE with clay seams and 5 layers 10 Tan LIMESTONE _15_ Gray LIMESTONE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E c a �0 of 0o) W a) c �a ° a `-' 0 E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 4.5+ 20 4.0 18 53 19 34 0.0 4.0 66 t " 9 ill 100/ 10 10.0 , 0.50" 100/ 9 0.50" 17.0 100/ 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 73 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION — j Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and 5 _ layers 10 Tan LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 0.5 31 2.0 1.3 91 31 63 21 42 4.0 13" 9 100/ 11 10.0 hk 1 100/ 9 15.0 , 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 74 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o SFAfter Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and 5 _ layers 10 Gray LIMESTONE _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 4.5 24 68 22 46 4.0 26 4.0 13" 11 13.0 100/ 9 1.50" 66 till 8 " 100/ 20.0 L 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 755 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules —77/7/7 TAN CLAY with calcareous nodules and deposits j— Tan LIMESTONE with clay seams and _ 5 layers Tan LIMESTONE _10 Gray LIMESTONE _15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a ° a `-' E o� U o 4 9a� D_ N �'.� (� .2 3 CD x° o� ��_ o ° ° J co o (n 3.5 25 57 20 37 2.0 1.75 22 4.0 100/ 0.50" 9 5.0 100/ $ 0.50" 14.0 .50 9 15.0 0.50" Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 76 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules j j _5 j Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10_ _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `—' o� 9a x ��_ �_ o O J 2.5 19 2.0 29 1.0 32 49 18 31 0.0 6.0 100/ 7 7.0 0.50" hk till 9 " 100/ 9 0.50" 16.0 1000/ 7 20.0 L �10 UES, 5058Brush Creek Rd. BORING NO.: 77 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o SFAfter Hours (ft): MATERIAL DESCRIPTION jDark yoo� Brown CLAY with calcareous nodules I Tan CLAY with Calcareous nodules and 5 deposits — — Tan LIMESTONE _10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o C� CU (� a) 0 E E c a �0 of 0o) W a) c �a ° a `-' 0 o� E U� o4 aN ��'.� C ._2 3 x° o� ��_ o ° ° J co o (n 3.0 24 1.5 27 4.0 1.5 24 53 19 34 0.8 6.0 till 8 " 100/ 7 0.50" 100/ 10 15.0 , 0.50" �10 UES, 5058Brush Creek Rd. BORING NO.: 78 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o SFAfter Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and 5 _ layers _10 Tan LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �0 of 0o) W a) ca �a ° E o� U o 4 D_ N .2 3 CD x° o� ��_ o ° ° J o (n 4.5+ 29 3.5 27 70 23 47 4.0 100/ 4.5 16 1.5 12.0 66 till 11 " 100/ $ 0.50" 9 100/ 20.0 L 1 �10 UES, 5058Brush Creek Rd. BORING NO.: 79 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Tan and Brown CLAY with calcareous nodules jand deposits j Tan LIMESTONE with clay seams and 5 layers 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a v) a� mo �a ° a `-' o� x � ��_ �_ o O J 4.5+ 15 4.5+ 3.5 121 10 32 15 17 4.0 13" 13 12" 11 12.0 100/ 15.0 lk 1 �10 UES, 5058Brush Creek Rd. BORING NO.: 80 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/24/2024 End Date: 6/24/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with calcareous nodules and deposits j Tan LIMESTONE Gray LIMESTONE 10 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E c a �0 of �a v) a� mo �a ° a `-' o� x � ��_ �_ o O J 4.5+ 11 4.5+ 13 33 17 16 0.1 4.0 hk t " 14 ill 8.0 100/ 9 0.50" 100/ 9 0.50" 1000/ 8 20.0 L �10 UES, 5058Brush Creek Rd. BORING NO.: 81 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/24/2024 End Date: 5/24/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits —5� j j j Tan LIMESTONE 10 Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' 0 o� E U o 4 D_ N �'.� (� .2 3 x° o� ��_ o ° ° J co o (n +1i 100/ 1.25" 13.0 100/ 15.0 0.5" 4.5+ 9 4.5+ 14 4.5+ 12 34 17 17 0.1 4.5+ 6.1 121 12 �10 UES, 5058Brush Creek Rd. BORING NO.: 82 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and jdeposits _5 j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE _15 _20 BORING TERMINATED AT 20 FT +1i North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' o� E U o z a N �'.� (� .2 3 CD x° o� ��_ o ° ° J o (n 4.5+ 27 2.0 18 31 15 16 4.5+ 25 6.0 100/ 10 1.75" 13.0 6 100 1.0" 100/ 0.5" 100/ 20.0 L 0.01, �10 UES, 5058Brush Creek Rd. BORING NO.: 83 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/24/2024 End Date: 5/24/2024 West: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and deposits _5� j — Tan LIMESTONE 10— Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 +1i North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �� of 0o) W a) ca �a ° a `-' E o� U o 4 D_ N ��"� (� .2 3 x° o� ��_ o ° ° J co o (n 1 4.5+ 16 67 23 44 2.5 15 4.0 14 6.0 100/ 12 1.5" 6 10013 1.0" 13.0 100/ 15.0 0.51, �10 UES, 5058Brush Creek Rd. BORING NO.: 84 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/24/2024 End Date: 5/24/2024 West: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and — _5 jdeposits j — — Tan LIMESTONE 10 Gray LIMESTONE _15 _20 BORING TERMINATED AT 20 FT North: Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x > `o U� CU (� a) 0 E E o a �� of �a ° a `-' o� 9a x ��_ �_ o O J 2.0 38 MCI 4.5+ 13 36 18 18 0.0 6.0 175 14 1.75" 13.0 175 13 0.75" 100/ 0.5" 100/ 20.0 L 0.25" �10 UES, 5058Brush Creek Rd. BORING NO.: 85 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/24/2024 End Date: 5/24/2024 West: North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION — j Dark Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules and — jdeposits Tan LIMESTONE _5_ 10 Gray LIMESTONE _15 BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of �a v) a� mo �a ° a `-' o� x � ��_ �_ o O J 4.5+ 5.1 100 22 74 24 50 2.0 2.75 14 4.0 6 100 4 1.0" 175 12 0.75" 13.0 100/ 15.0 0.25" �10 UES, 5058Brush Creek Rd. BORING NO.: 86 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W241422 Formerly Alpha Testing www.alphatesting.com Client: Project: Start Date: Drilling Method: Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 6/14/2024 End Date: 6/14/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS \7On Rods (ft): NONE o 1After Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules — Tan CLAY with calcareous nodules and jdeposits _5 j Tan LIMESTONE with clay seams and layers Tan LIMESTONE 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E c a �0 of �a ° a `-' o� E U o 4 9a� D_ N �'.� (� .2 3 CD x° o� ��_ o co o (n 1.0 31 3.0 4.5+ 12 32 15 17 0.0 7.0 100/ 10 1.50" 9.0 100/ $ 0.50" 12.0 1000/ 15.0 hk Client: Project: Start Date: Drilling Method: 5058Brush Creek Rd. BORING NO.: 87 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fox: 817-496-5608 PROJECT NO.: W241422 www alphatesting com Formerly Alpha Testing Lennar - Land and Construction DFW Division Location: Fort Worth, TX Deer Creek Meadows - Phases 4 & 5 Surface Elevation: 5/21/2024 End Date: 5/21/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) \7On Rods (ft): NONE 1After Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan LIMESTONE with clay seams and layers Tan LIMESTONE _10_ _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S a E ° t _ x `o U� CU (� a) 0 E E o a �0 of 0o) W a) c �a ° a `-' 0 E o� U� o4 aN ��'.� U ._2 3 CD x° o� ��_ o ° ° J o (n 1 2.5 24 3.5 24 56 20 36 1.5 4.5 2.2 107 18 6.0 100/ 8 7.0 0.50" 100/ 11 1.50" ll 7 100/ 15.0 L 1 7 100/ 20.0 L 1 IKEY TO SOIL SYMBOLS 10 UESTM 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 E (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 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 (%) (GM), SILTY GRAVEL (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) FORT WORTH® CITY OF 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 D2240/D412/D792 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/Fiberelass 33-39-13 (1/8/13) � I 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3153 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area � Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD I Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) � I* 33 05 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. I * 33 05 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. I 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. I 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 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 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. I 01/31/06 33 05 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 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MR32FTWSS-DC 30" Dia I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 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 2290 (32") ASTM A 48 30" Dia. CAP-ONE-30-FT W, Composite, w/ Lack 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30') Frame and Cove 30" Dia. � Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 Bev 2/3/16) I* 33 05 13 Manhole Frames and Covers Pont -A -Monson Pamhght 24" Dia. I33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Haw Foundry 300-24P 24" Dia. I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I 04/20/01 I 33 05 13 Manhole Frames and Covers (SIP)Scrarapore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. � Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/13), I * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" I * 33 3t 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 1.113 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 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 Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 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 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 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 10/07/21 33 3920 Manhole, Precast (Reinforced Polvmer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 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 ASTM C-478; ASTM C-923; 03/07/23 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, RockHardsep 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 � For use when Sul MH cannot be tar 12/29/23 111920 Wastewater Access Chamber ickstream Solutions, Inc. Type 8 Maintenace Shaft Po n installed due to d Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I* EI-14 Manhole Rehab Systems Ouadex I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner 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 EI-14 Manhole Rehab Swim (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I08/30/06 I General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Mise. Use � * From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 EI-14 Manhole Rehab Systems Spravrou, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Are 791, SIHB, SI, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 01 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Westem Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Notim-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casina Snacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Water & Sewer - PiDes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 3" thin 24" I 08/24/18 33 11 10 Ductile It. Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 4" thin 30" I 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 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 I Water & Sewer - Utility Line Marker (08/24/20181. I Sewer - Coatines/EDoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, SI, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatines/Polvurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A. -I. USA, Inc. D0251P.Womposite Body) 2" Sewer - Pipes/Concrete * E 1-04 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 911b itesshole, #98 pipe ASTM C 76 * E I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pine EDlarement Svstem (Method)33-31-23 (01/18/13) System PIM Corporation Polyethylene PIM Corp., Piscam Way, N.J. Approved Previously �PIM 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/Fiberelass Reinforced/33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/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 - Pioe/Polvmer PiDe 4/14/05 Polymer Modified Concrete Pipe Anmech USA Meyer Polycrete Pipe ASTM C33, A276, -77 8" to 102", Class V 06/09/10 E I-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polvmer Concrete Pipe ASTM C-76 Sewer - PiDes/HDPE 33-31-23(1/8/13) * polyethylene pipe Phillips Driscopipe, Inc. Ovticore Ductile Polyethylene Pipe ASTM D 1248 8" * �Ibgh-dcasitv 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/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA C900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (1M Eagle) SDR-2(5 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thou 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thou 15" 12/OS/23 33-31-20 PVC Sewer Pipe Vin (tech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/OS/23 33-31-20 PVC Sewer Pie11111111K-- Vin ltech PVC Pie Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe 1-M ManufacturinsCo, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics 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, Inc.(Westlak) Gasketed PVC Sewer Main Finings ASTM D 3034 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 41'- IS" 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 11" 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlak) SDR 26 ASTM D3034 4" - 11" 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 11" 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlal , SDR 26 PS 115 ASTM F-679 18"- 36" Sewer - PiDes/Rehab/CIPP 33-31-12 (01/18/131 * Cured in Place Pipe Insin— Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inlmer Technolgy (Inliner USA) Inliner Technology ASTM F 1216 Sewer - Piues/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insifform "NuPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultralmer Ultralmer PVC Alloy Pipelmer ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter Sewer - Pioes/ODen Prot -de Laree Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Calm 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 Uponor 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) S—Tite 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 - Aouur^enances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW WA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AW WA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl 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, 610OTM and 6101M l h" 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 AW WA 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 AW WA C800 1-1/2" FB6004-NL, FB16004-NL, B11-444-WR- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AW WA C800 V 13-25000N, B-24277N-3, B-20200N-3, H. AW WA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AW WA C800, ANSF 61, 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AW WA C800, ANSF 61, 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 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 AW WA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AW WA 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 AW WA C-223 Up to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AW WA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AW WA 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-]EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-]EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-]EPAF 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) * EI-11 Combination Au Release Valve GA Industries, Inc. Empue An and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combmation At Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 11" 1" & 2" * E1-11 Combination Au Release Valve Valve and Pruner Corp. APCO 4143C, 4145C and 4147C 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 AW WA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AW WA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AW WA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AW WA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AW WA C-502 0.1.7 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AW WA C-502 Shop Drawings No. 6461 t0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AW WA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AW WA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AW WA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AW WA C-502 08/12/16 33-1240 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 AW WA 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 - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin ltech PVC Pipe DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 12/OS/23 33-11-12 PVC Pressure Pie 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" I 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 I6"-24" I 5/25/2018 3311 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 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 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 331112 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" I Water - Piaes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) I 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 I * E1-07 Ductile Iron Fittings Gnffin Pipe Products, Co. Mechanical Joint Fittiny AWWA C 110 I I * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fitnngs, SSB Class 350 AWWA C 153, C 110, C 111 I I 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 I I 02/26/14 E1-07 MI Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" I I 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" I I 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" I I 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C1161CI53 4" to 12" I I 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C1161CI53 4" to 42" I I 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" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" I I 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" I I 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" I I 08/10/98 E1-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" I I 10/12/10 E1-24 Interim Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" I I 08/16/06 E1-07 Mechanical Joint Finings SIP Industries(Smampore) Mechanical Joint Fittings AWWA C153 4" to 24" I I 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I I I 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 334141 Mechanical Joint Rommm Glands SIP Industnes(Smampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Seramp rre) DR14 PVC Pipe ASTM A536 AW WA Cl 11 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Seramp rre) DRI8 PVC Pipe ASTM A536 AW WA Cl 11 16"-24" I Water - Pines/Valves & Fittin¢s/Resilient Seated Gate Valve* 33-12-20 (05/13/15) I Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" I I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" I I 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" I I 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" I I 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I EI-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" I I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for I8"-24" (SD 6709) AWWA C515 24" and smaller I I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" I I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" I I 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" I I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" I I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller I I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) I 11/30/12 Resilient W Gate Valve eGate Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48"3) 05/08/91 EI-26 Resilient Seats Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, rote 4" - 2" I * EI-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Men seal 250, requirements SPL #74 3" to 16" I 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) El FlowMaster Gate Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" 116" I * 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 - Pines alves & Fittiws/Rubber Seated Butter Valve 33-12-21 (07/10/141 Model No. National Spec Size * y EI-30 Rubber Seated Butterfly Valve Henry 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 Amencan Butterfly Valve Valmahc Valve and Manufacturing Com. Valmanc 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 Polvethvlene Encasment Flexsol Packaging Fulton Entemrises AW WA C105 8 —1 LLD 05/12/05 EI-13 Polvethvlene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 EI-13 Polvethvlene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 IPolyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - Samnline Station 03/07/23 331250 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) 10/21/20 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 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 dunng utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will overrule the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval ofthe specific products will be based oat the requirements of the Technical Speerfication 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 TRANSPORTATIOWPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 Concrete 9'92022 U3 30 W Mix Demon Amenen Concrete C.-par, - 3DCAFU29 30W pat Concrcte for Std.0 alU @ ADA Ramp, 992022 0330011 Mix Demon Ante... Concrcte Cumpam OIJAF392 IUIN)par Concrete Bue Mar cnal fur Trench Re1� 9 9 2022 03 3O W Mtx Dcnan Amman Cuncree Cumptn 40CNF065 4(106 pn Concrete fur ALnhuln @ I Ihhry Swclurea 992022 0330W Mix Demon Amenun Concrete Cumpm 45CAF0764500Q� Concrcte fur Hend Placcd Pen$p�ap 992022 03 30 W Mix Dean Aram D1000( l737 d5110 pa Cuncrele for He'd Placed YennR 992022 03 30 W Mn Dnion A—: D1000(1001791 45W pt Cuncrele for Ha'd Placed Parana 9 9'2022 03 30 W Mi[ Dnun Aram _p)j1�IjI�J �9] 9i� pn Cuncrele fur Hand PleccJ Permp N 9'9'2022 0330W Ma Dolan Aram I a; pt Concrcle f r Hand Placcd Permp 992022 03 30 W Mix Demon Aram D10000W21n7 45W pr Concrcte for Hand Place) Paring 192022 03 30 W Mix De.ian /yap DIO00":271 OSW pm C'pncrcle lbr H.nJ Place) Pawn¢ 1T2021 03 30 W Mrx Denan rcp D10000001617 36W pi Concrcle tar Mschnnc Placed Paring 9: 02022 033000 W Mix Dexi¢n Araos DI0000008381 45W Concrete for HFS Parana 992022 0330W Mrx De,ian Argm Ti D1000000985750p�Tt lmwhlc Fdl -CLSM 992022 03 30 W Mrx Dolan Aram DI0000001055 3(1G0 rat Cnncrele for Intent, Junclm. Brun, Manhole,, Channel Linen, Sldcu.IL., D-ewava, Curb @ Guuer 919,2 0330W Mrx Dextgn Araos D100000104353W0 nu Concrcle fur Stdewlke. Curbs 9,92022 03MW Mix Deercn Aram D1000001565S 3W0 pr C'oncrclefor Curb,,Curb@Guucn, Sni—IL., Drneuaw, ADA Ram,. 9 92022 03 30 W Mix Denan Araos DI000001615 36W qqr C.ritrem fur Imam, B..., Enuaenrent. Blocking 992022 03 30 W Mrx Ikagn Argo, D10000001061 36W t. Concrete fin Inlets. Be., En.. —,, Blecknu 91202' 03 30 W Mix LZ A,— D10000001093S 4lKKl0.�`Concrcte for V.he Pad,, lnleta, S—n—, Hu1rrall,, Thrum Blacking 99 2022 01100 111, Iknpn Aram D1000000108, 4000 p.t Lon.rae f Va1.e Pad,, Inlets Structure. Headwalls. Thrum Blocking 9 9 2022 03 30 W Mrx LIZ n Arpoa DIOOOU001695 4OW pn Cnncree f r V.he Pad, 99 202a_ 0? 30 00 Mix Lkatpn Arpp DI00000115751 730 Pa Cnncrele Bate for Trench R<,- '1'12022 03 3000 Mrx Daman A. D10000001691 4(W pn Concrcle f Fieadualle. Revmma W.N. Be. Culwrm, Valley Gulntta 9 9 2022 01 1010 Mix De.tan Brag Concrcte 7SKGRT 30W psi Concrete far 6 ..up 'J92n22 0330(q Ma Demon Bt�D Conetele 1450AE450QrC—.fi,,I1a F.rh Slre9�Ih Ponnp 522011 32 13 13 Ma Denan B��pD Cuncrele CM1452UAE 4fLO pt Concrcle totit Placed P-ng '1921122 p3 30 W Mn Demon 1Tq Town Concrcle 452065-1 45f) pn hand placed puma 9'92122 U3 30 W MDeanan Bt¢ T.Concr<I. 4'0065-1 d5W RR7r hmM place)JJ�� g 9192022 0330W Mn De.tan Bumco Tex.. 45l ISWBG45(Av Concrct<Mtx for Hand Placed P.nna. Sturm Slmcmrc, 99/2022 03 30 W Mra m: Bu...T—x 4017553BO 4(KC pm Concrete Mix fp Macfne Placed Parana 9,92121 03 30 00 Mn lk,irun Bumco T.xu 5511120AC 4(Rq um Concme Mrx fur H, Ea0v Snenath Pa..�t� 9'92022 033000 Mn Detan Bumco T— 30UIWAO 3UW pt Concrcte Mix fur RffJj=Jjl�t.Inlet. Thmnblock., Sidcualkt, ADA Ramn, 9/9'2022 033000 Mn Di non Bur.. Texu 30UIOIAG 30W - Curnrctc Mn for FI.Iu_' v 9 2022 033000 Mn Dempn Bumco Tex.. 30115WBG 3W0 pin Cnneret<Mtx fur Blocking, Et,—rrenr. Curb Inlet, lunctaan B.—Fue Hydrant Pads, Dnwaay,. Curb @ Guue,. Stdexwl6. ADA Rampps 9 9 2022 03 30 W Mn Dena. Bumco T.w. 40115WBG 4WO pn Concrcte M,, fnr Storm Drpm Suuclurt.. D.,suaw. Screen Walla, Cella. 99.2022 U33000 Mn Dntgn Bumco Tex.s 36U5WBG 3600 p. Concrcte Mix fnr L,A"Ipland Trsllic &gaol Fnundanonx 992022 03 30 W Mrx Demon Bumco Tex.. UBY450BA BW mi Concrete Mix fur Bass for Trench Repur 9'92022 033000 W Mix "...:. Bum- Tea.. 01 Y690BF 100 Concrcte Mix fix Fl—ble Fill 1/K2024 03 30 W Mix Donn Bumm Tex., T, 36U502B0' S 74 S.cka 3,600JJy Conerem Mn fin, Lrahung @ TnRe Staml Faundatwnx 412024 0330W ran I'-- Bra—T ex.. 35U5WBG 35Wpat Concrcle Mn l''r Crm,ualkx 4 12024 03 30 W Ma Detp' Bur— Tex.. 30USWBO 3000I' . Coccrcle Ma far Stdeu.lk, 4 1 2024 03 30 W Mix Data. Bumcn T.[m 09Y450BA Oroul 4 1 2024 03 30 W ran IknR. Bumm T— OI Y690BF I OO a Concrete Mrx for Fl.u.b1e Fdl 4 12024 0.13000 Mix Dena, Bumcn Texu 5513120AG 45�,g,t Cancrcl Mix for Wgh Ead,StrenyIh 3O0owtfi ?drat 4 1 2023 03 34 16 Ma Design Bumco Texu IOYH50BF 1(>�Q1� Concrcle Buc Maen.l f r frc.ch Rcpn 9 9 2u22 03 3000 Mrs Ikstpn Carder Cnnerete FWCCf-02021 45U0 pat concrete for Fond Placed Prang 992n22 013000 Mr. Dena. Carder Concrete FWCC552W136W p.. for Machme Placed Pennp 19 2012 033000 Mrx Deav Carder Concrete FWCC602091i600 Qp..t for Machme Placed Parana 992022 0??OW Mrx Denan Carder Concrete FWCC359 to FI.uz fill-CLSM 992022 03 30 00 Mi. Dena. Carder Cnncrele FWFF237501 FIowable Fell -CLSM 992022 03 30 W Mrs Deign Ca,der Concrcte FWCC602n01 4000 Pat Concrete for Storm Ikon Slmetura. Manhole. HedualU. Retuning Walls. Valley Gunner,. Dnw Approach,, 9 9/2022 03 3o W Mrx Lkn C Me, Concrcte FWCC502021 35M nin mn... 1, for Stdcualk.. Drnzrwn. RAP�r�p. Curb @ Colter 9%92022 03 30 00 Mix Dea.: Cattle, C..crctc FWCC5021101 3000 pr for Stdeu.lka. Dnveua Runna. Curb@. Unit. , Fl.mxrtk 9'9. 2022 03 30 W Mix Deatgn Chu1Nt Cnncrele 4142 3600 pt Cinerele for Curb Inlcu.luncuun Boxcx 9 92022 992022 03 3n W 103 Mrx Datgn th.0n', Cnncrele 4518 d000 pn Concrcle for Haduall.. Wn�r�yf-11. 992022 30 W 1033000 hLx Ik.ian Mi. Dean ,Chad� Concrcte IChuleFae Cnnerete 5167 36W p.i Concrcle Mix nix MacM1me Placed P"'y 4609 4500 psi Concrcte Mix liu Hand Placed P.Vnta, Menholn 992022 1033U UU h6x Deana IClurin't Concrete 61U345Wyyn Cnnerete Mn fur Hand Placed P.nng. Manhole. 992U22 IW3000 Mix Dean ICharinh Concrcle 45023W(fpti Cmcek M,xf Stdeualk, 9'9'2U22 103 30 W MxDe nin ClunW. Cuncrele 3759 31RK1 par Canada Mix fur Stdeu.lka 9Y2022 10330(K) Mn Dcuan ICharleV Cuncrele pat Concrete fur 11-11 hllCLSM 9.52U22 Ina 30 W Mn Deatpn ICharIN. Cuncrele :102:10 ISt. ISU Pet Cwrcrcrc fur Ffuablc fill-CISM 9'92022 Ina 30 W Mix Demon (Charley, Concrcle 56424W0 p . Concrcle for Storm Dtan 51nrc1ures 9'92022 103 30 W Mix Desipn ICM1 , Cuncrele 6595 $OUO pi Capture Mix for h Euly Slrc h Parana 9'92022 103 M 01 Mrx Design ICh e 659941. prt Cuncrele Mix forth F�rlx Strc h Pannp 9'92022 103 300 Mn Demon mCuncre ICfahoodll Trail R<dt Mta C13020AEA10W V. C'oncrele f r , Cu @ C n<r 992022 10330W Mix Design ICON Concrcte C'amp.m 11-3$bFF 50-150 pin Cum— fur Flo cable Fdl-ClSM FORT WORTH. CITY OF FORT WORTH TRANSPORTATIONJPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 011612024 Commas, waa ias 12022 0992022 03.3000 00 03 30 00 Mix IleaI It MIX Desnn ICIN Concrete l'umwny Cm Concrete Comwnv 30HA25B 3000 psi Concrete for R, Rey ?0HA2W IOW p.i Concrete MIX i B(«kiqq�� Sldcualka. Flatnork, Padv 992022 03?OW MIX Des.pn Clry Concrelc Comwny 45NG25B3600 psi Cnwret<MIX fnr DnllcdSh.tlaUphl.ng and Tnlbc Signal Foundation, 992D22 033000 Mix Desi,. ICI iv Concrelc Comwnv 5000251136W wISIum D.$Qamd Dlled Shag 992022 03 ?0 W MIX Des.Rn ICiry Cantrete Company 45.20B 45W psi Cn«rele Ma for Fiend Placed P.wnp I9 9 2022 03 30 00 Ma Design ICIry Cuwrcte Comwny 36LA2M 136W w. Cu«rem Mu for M«h... Placed Pewng 1992n22 0330W MXDesign :Clry Concrete Comwny 36JAWIJ 360 ,.Concrete Mnfor M«h.n<Placcd Pawng I9 9 2.22 U3 30 W MIz Design ICnv Concrete Comwnv 40[A2011 4U (1 Da Concrete Mix tort Storm Dram Stommm, 111' 16, 2022 03 30 W IS 52U23 03 311 W Mix Denpo MIz Design ICIry Cu«rc1e Comwny ICIry Concrete Comwny CLN025B 36MI ppsi Concrete for Dn11N Shalt Ljtry end TnIEc S))i�.ul Fuund.d I, CCNA250A0 3dU0 ppn Cuncrte tar Dn1IN ShaReLighhl�( and Tn�1, SIR.uI Founde0um 111.23 U3 30 W Mix 1lf.glr IC.N Concrelc C.mpenv CSSQA25OAG 3.6W e Concrelc for Slum Daplaccmrnl SheOa. l lnderwn<r Shelb I9 92U22 U3 30 W MIx Design IC.. Town Red. Mix 250 3000 psi Cunemte MIx for Sid -lb, Dno'eway's. ADA R nX, 19 9 2U22 03 30 00 Mix Desgn ICow Town Red. Mr. 350 3000 pa. Concrete Mix lot Sol-IW. Dnvew a ADA Ramw I'I v N 2 03 34 I3 Mrc Devlin ICow Town RN. Mn 9 7a�si Flo„nble F.II - CLSM Iv 92022 O13413 M.x Dengn ICow Town Red. MIX 9•S2yai Fluuable Fill-CLSM N 12022 03 34 13 M.x Dvgn ICow Town Red. Mrx 22V-8 50 Da. Cuncnte Mix for FlouxNe Fdl -CLSM I9 9 2022 03 34 13 M. Despn ICow Town Red. Mr. 320.9 Sop'Cnncrele M..x fur Fl._ble FdI -CLSM I9 9 2022 9 03 3000 MIX DesIRn MX ICow Town Red. Mix 23049 756 psi Concrete Base Malenal for Trench RcyP�e. 1v 2022 19 9 2022 19 "1 2022 031000 03 30 00 03 30 00 Dcogn ISRx DealR. IMix Dt,. ICow Town Red. Mix ICow' Town Red. MIX ICow Tnwn Red. M. 33MS 750 poi Concrete Base Mamr d for Trench Rein 353 3000..PP Concrete MI, for S.dew.IW, ADA Ramos, Dnm m Curb & C.1m, Safely End Trutmenn, Nm-TXDUT R<:'., Willa 253-W 36601 1992022 033000 R. IMrx Dorian ICow Tmw. Red. M.x qq . Commm Mix S.d.- W, ADA R-�TI'.. DmxwaXx. Curb & Goer. Safely End Trealmcnn, Non-TXDOT Relaimnp Walla 2W 4U00 Mix for Bnda< S1aba, 19 9 2022 03 30 00 IMix Desipn ICow Town Red. Mix qnCunerere B., Cu6it,. Headwalls 360.1 3600 Dv C. ,,Is MIX for Headwalls 1992021 03 30 00 IMix Dc." ICnw To- Red. MIX I260.2 36W pa. C-am.m Mr. for Box C ulverta. Hudnall, 19'9.2022 033000 1. Du.pn ICow T.-Red.MX 13604000ps Coo cra<Mrx for Broke SUN. Box Cul,en., Heedualla 19/9.2022 0.13000 IM.X De."" ICow Tnun Red. M.X 1360.1 3600 psi Comm[, MIX In, Box CvIwna. Hudnall,, Wmpuall. 1992022 l03 30 00 IMrx Isco Cow To- Red. Mrx 12W-N 45 W p.. Co..., MIX for Hand Placed P-mi 19'9'2022 I03"" IMIx D,.pn ICow To-R<di MIX 1i6645W psi Contrite Mix for Hand PlacW Paring 19'92.1 10? 30 W IMrx Dena^ ow Town Red, Mix 1265 45W psi C'mcrele MIX for Hand Placed Pawns 1992022 103 30 W IMn Dengn ICow Town Red. Ma 1365 4500 Rai Cancrcle Mix for Hand Placed Pawng 1911.12 103 30 W IMix Design low Town Red. M.X 1370.NC 4 psi Concrete for HES Paung 1992022 103 30 W IMIx Dea.gn lCuw Town Red. Mn 137(MNC 5000 wI Concrete for HES No— 19'92022 103 30 W IMa Design ICnw Town RN. Mix 1375-NC Sf100 yy. ConcMe for HES Pawng 19�92022 IU330IX1 lM.%Design ICow Town Red.M.x 126742W pa Concrete M.x for Manholes e.rd Dreineye Stiuctum 19'92022 103 30 MI IMIX Design ICnw Tmw Red. MIX 1270 5MH1 so. Concrete ALx for Gat-Io-Pl... B. Culaxrla 19'92022 103 30 fl0 IMn Deign ICow Town Red. MIX I370 5W0 n Concrete Mu for Get-.o-Plue Box Culmrti 1992U22 103 30 W IMn Design ICow Tuwn Red. Mu 1255-2 31R1� Concrete Mn fur Mesa, Tho of Block.na. Coro mw Enese-.1 1992022 1323D IMix Design ICow Tuwn Red. Mr. 125736W,fgr,..- < mz for V.11e, Gotten III 142022 132 13 I3 3 IMix Design ICow Tuwn Red. MIX 1357-M 3600 pa. Cancrcle Mrxlor Machine Placed Pawng I9 9 2a22 133 13 I3 IMn Demgn Co.ITuxn RN. Mn 1257•M 3600 wi Cu«rem MI for M.ch.ne Plaud Pm'mp I9 9 2022 134 13 13 IM.. D-A. 1C_ Town Red. Mn I260-M 4000 wi Comm[, hLx for Machine Plaud Pa. ng I9 9 2022 I9 9 2022 135 13 13 1033000 IMrx Deeipn ICnw Town Red, MIX 1360.M 40Wyv Comm,. M.X for Machine Pleeed Pnwng 9 9 2022 I03 30 00 IM.. D-1. IMix Design 1Cow Town Red. MIx ICow Town R." Mix I255-LP 3M16 ,. Concrete Mrx for Curb & Gutter 1355-LP 30DO QQa Concrete MIX for Curb & Crvticr 992022 103300, IMrx Dcngn ICow Town Red. MIX 1l25535W w. Cancrere Mix for Flawnrk Inlets. Thrual Blacking Concrete Encasement 992022 992022 I033000 1033000 IMix Design ICnw Tuwn Red. Mix 1i55301)(110, Concrete Mix for Into,, Thnri Blacking, Co«rct<Encasement '1 2022 l03 30 00 IMix Design IMix Dn.gn ICow Town Red. Mix ICnx' Town RN. M.x 1365STX W w. Gncrctcf rBrid0.e d.W.Iop olaM1,ofd.rcct lnlRc culvcrb. aoomach slabs-TXDOT CIaeS•Nn Fly Ash 1357 3600 pj'n Co«rcic Mrx for Vdlx, Gotten 5I2024 ID33000 IMix Design Cnw Tnun I. Mix I360.2DS.i6Wpa. Concrete Mix for TAROT CI... C DUIN Sh.0, 6.21 2021 l03 30 W IMrx Deny. ICmX Toon Red. Mrx 1360-DS 3600ya. Contrite for Dolled Shag Dahhng and Tri is Signal F... dapnn I 1 R2023 122 2024 10? 30000 Il41313 IMix Design l ow To Rcdr Mix 1380.NC 4500pe. Cnncrele for HES Panq� I '_9 2024 103 30 W IM.z Ilalpn IMix Deign IErinda Ready M.z IEelnde Rudy MIX 14575AESC i750 S«W 4,500 y�..?.000 Dv 'd .t-0ay7 Cnncrcm for HES Pawng JR3050AEWR' S 00 S«W 3,0Uh Pv Concrelc C r S.deualW, Ramp., Inlets, ..W M.nholca 1 29 2.24 103 M W IMix (Ingo IErind. Reads Mix Ili3655AEWR S 50 S«W 3.000 Dv Concrtte f r Headonll.. W.g$g�u'elly. and Cuh<nv 1 29 2024 62024 103 3000 1321313 NIX Design Design lEnnd, Ready MIX III 060AEWR' 600 S«k,, 4.Ma yvn Concrete fnr Bnd p Slabs.% Slsb.. and ADprpach Saba 1 29 2M4 132 13 13 Imo IMn Da.Rn JEnr.d. Rudy Mrs 1E.0 d. Ready MIx 1TD3655AEWR'S5DS«ke 3.2 pa. C... m. for M. nm Placed Pawng IR4560AEWRr 600 S«W 4,500 psi Cnncrele for Hand Placed Pmng 2 21 2024 I03 30 W IMn De..0.n IExtrade Rudy Mix 1R36575AEVIR' S 76 Sub 3.61H1 Pa. Concrete for Dn11N ShaO,stnht and Tn0ic S3.1 IF ..dnw., ') 9 2022 I03 3V W IM x Design IGCH Ca«rcle Sen'.cn lGCF140004000 psi Cmiemim for l'ur. .deuxlk,. Ramw. Hudwella. Inlets. anJ Sturm Do.n. noin.ef 991112 1(1330 MI IMn Des .I IGCHConcrtte Service, IGCHVS 41b0yysi Concrete fnr Muhm< Placed Paving 992023 192022 10330W 103 30 W lMl%Des .gn IMrx De,.R: IGCHCancM<Sern«, IfiCF145W 45fq PPuu Commit Hand Placed Paw.f� 9 9 2022 1033000 II1tMn D,.an II... Concrete & Aggregates 11r-M Comic. & Appr<Rvne, 1C47PV5E5 3006yn Cunaele for S.dewalW. ADA Ramps 31g0yya 9 9 2022 103 30 W IMix Design ingnm Concrtte & Aggrep.ta 12MWR-7012350d Cancrcle for Sid 1, ADA Ra^^}} 12MWR-147QW 5D5 30I (. Concrete Mix SId.-d W. 12U22 I.330W IMix Dalen In" Con crcle&Aggre0..ta pn lur AI3A -.so 12MWR-056PS5D54000 yn Conerem Machine Placed Paring 492022 10330W IMix Denpn Ingram Cancrcle&Agprewta 12MWR-16]UV5DM d500 w. Concrete for Fiend PI..N Pione ... 9 2022 9:92022 I03 30 W 103 IMix Devlin trip. Cnncrelel2MWR-1oMQS50N 45 W pe. C...m a for hand Placed Pawng To 2022 30 W 10330W IMn Devlin IMix Devon Ingram Concrtte & Appre0.ete, fgnm Concrete&Aggregate, Placed P. T I IbIIsSSEM 45W psi C-rcm far for IC47PV5E53000w.Cuwrete M.Xfor S.dcwalk,.AyA Ramps CITY OF FORT WORTH TRANSPORTATIONIPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF R5/16/2024 �f / (Can"l � 14 7 2023 I(((k �3. 1 ikargn Ingram Cancrele & rregaler IOLOSSON 3,6m per l'alcrele for Dnlled Sh.R. Ll�Img ad TnRc Sn i.] F,n ndahnn. 19 9 2022 03 10 IN) Mrx D-sni y//fain Concrcic & Aµgregan 161PSSEM 4500 pn Cnncrck Mn for Fland Placed Paving 19 9 2022 04 30 m hfi,, lkargn Flduin SOR. Inc 5177 30im per Cnncrtte Mix fnr Srdrndks 19 91022 03300.) Mix Ueann I":: • SOR. Inc 1261 3000 pn Conerele Mix f Srde%dks 19 9 2022 4 3n on Mrx Deng. MA -SoInc 2125 45m per C.rrcme f HES Pa„ rl 1992022 03 10 00 Mrx De.ijn Hdam- SDR. bin 1701 40nn per Corrcrem Mn, for St.rml"n S—nn- Snnuw Scuxr Manh,iea. J-1-13nx 1992022 0330m Mlx Desgn Hdeim-SUR. Inc 54094(NN) psi Cnnude Mix for Sideualka. Inlets I9'121122 03300r1 Mrx Deng" 16dcrm-St 1R. Inc 550745m per Co" .Mrx lbr H.nd PWp P.,'lllA 112152022 330(NI Mrx Denver H,Icrm-SUR.I"c 37411W co ,dc for]],%able fill CSLM 1992U22 0430m Mn Dealmi Holcrm-SUR. Inc Sn172(rG yl Coirctef rBaw Melmdlor Trench Rjy,� Iv 9 2022 03 30 W Mrx Desgn Hdam • SUR, Inc %(Nr 3ldl(i pn Concrcic f r Drill Sinift LnAln A.nd 7m. Sr�Pal Fuundtlmne Iv 9 20i2 03 3o m Mrx [khan Raisin • SOR. Inc IPSI 45Ur) pn Concne fur Swim Drun Structures. Hand Pleccd Px.i9/ 1252022 430N) Mrx lkenn Holnm-SOR, Inc I922361.)Air C,ncrere for Dnlld Slugs Lrghh...nd Traffic S'"ll Fuuldalmna 422f124 33000 Mrx mr, We--SOR, Inc 59403T0yvn Concrcic for Machine Pl.cerrrenr 992011 0330m Mrx Deign IFulcrm -SOR. Inc 125940(7,,Cmrcrclef,DnlledSh.R,LrAMrnaed Tt.lHc Sunal Foundah,n, 422024 0330m Mrx De,ran Hulcrm-SOR,Inc 594a140(10p�I Cuncrtte l',r Ihnd Placement 992022 033000 Mrx lkaran Hdcrm-SOR, Inc 15513000y?1 L'un<rem Mrx fur BWckmA 47202.1 03 30 00 Mu Devan Laid St.., C301D3,000}}I1ar Canna. frSide%a1ks.A,pm.ehx, nd Dnveuave 42 72023 033000 Mix DCr1An Lmwd Stpnc C161DNFA 4,Lm pn Concrcic la Realm99�p %all, dn.:%a .`unch,n box anon, approach 472023 03 30 m Mix D..lan Lramd Stone C361 DFRt 3,600 p@n Canercre for Dn]W Sh.Rts.hunµ and Tnlbc Snrt.l Fmmd.rrnr. 1 24 2023 03 3000 Mix D.:. Lmurd Stone C451DHR-A 450110ry Concnle f F♦&S Par,9y 992022 0., 3000 Mix Den an Main M.nclb R2 '32214 3,000 pu 1'nncrtte for Adcualks.F.�M'pa 9 9202_x 03 ]0 0o Mrx Deng" Martin Mane% D94905C 3.000 jp1 S�yicrtl� (f.rrtjdr Y,d Ramps 9 92022 03 30.0 Mrx Oman Manm Manetla R2131214 3, pu Cn"tree d ka R W min 9'92022 033000 Mrx Der— Manm Manetn ...1;3143,00o pn C'ancra<f r5rde„alke&Ramps 9'9'2022 0.3 3000 Mix Uenan Marlin Manelt. R2136014 3,Om wr Cnnane for Sdc„alk. & R. 992022 03 10 m Mrx De,ngn Marlin Manell. R2136214 3." per Concrete fin Ssdnaalk. & Ramp< 99 2022 03 30 m Mrx fJnrgn Minn. Mrner1. RI41224 4.tWU pt�Concnle fnr &dcudk. & Rmm�• 9 9 2022 03 30 m Ma Deign Manm Manila R21410 4 41)m pn Zonuele f r Srdeudki & R.- 9 9 2032 01 30 m Mn D.: Manm Mrrrelta R213f,-24 1.600 per Camera fnr Curb fleu 9 9 2,22 03 30 m Mrx D.: M,in Mancha R2141233 3.(m Concrete fnr Sturm Sweten- inlet.. Rlockmg & Enex—I 992n22 033001) Mrx Doran Manrn Mancnx FLOW25A Stipp Concrctc fur Fl.-bl, Fr11 CLSM 992022 033000 Mrx Desgn Manm Monett: R21422333. pnC,ncrem In: Manh,lea, (lets&Hndw11. 99 2022 03 30 IN) Mrx Desr0.n Manm Manenn R2146333 3.600 p Cnncrtte tin M."h.l,.. Inlets & Ik.d%dIx Cnncrtte Encm—A 9.92022 03 30 IN) Mrx Doran Manrn Manenn R21412304.m0 or Cmrcrem fir, Menhdu. Inlet, & Hududls, Whe Pad, 99,2022 03311 IN- Mix Dcaran Mein Mancna R214603543MNI per Currcrtte fur M..holes. lnleb&HeWudl,. Vale Pd. 9 9 2022 03 30 On Mrs DenAn Mein Mane R2146335 4,5m inn Cmrertle for Hard Placed Penns. Inlet,. Sturm Drnn SWcture. 1122022 121313 Mix Munn Main Mancna Oj 141N274.0m pn Cuncrele f Machine PledVp�/8 e 112 2022 32 13 13 Mrx DenAn Main Mane.a 2141 K304.(Nm Dar C.—c ]or M.ehinc Pleccd 1'a1tnA 112 2022 32 13 13 Mrx Deng. Manrn Mancna 146N36 4.5m par Cmrcrele for Ihnd Plxud Penn. 11 IS 2022 33 Il IJ Mrx Den An Main Mancna R2]46K364,5m pin C',n... te far Fiend Placed P.,,., 11 152022 34 13 13 Mix De— Main Mancna R2 1461`36 4,500 pr Conant, fin Hand Placed Paving 11 22022 32 13 13 Mrx Dcargn Manm Manelb R2146K36 d,5m pn C',ncrne lb, f Wd Pleccd Pe„99yy 1 2 202.' 11220. 32 13 13 Mrx Den An Manm Manern R2146N35' 6 11 wck. 4,51q rre oncme fnr Flair(Ploa P.—A. Inlet,. Manhoma. H,A-11, 11 22012 32 13 13 Mix De, An Marlin Mini— R2146K34 4," qr C,ncrcm (mrflrb, Manhdo, Iiududla 1 12 2022 32 13 13 MiDuran Manm Mancha FL2141N24 4,m0 tin Cuncrete for Sdcxalka and Rini 112. 2022 32 13 13 Mix Denim Manm Manelb R2141K244,000mi Cenezi, fin lunctn Bm,c 1rdeudkaand Rampe 9 •1 2022 03 30 00 Mix D.— Memn Manelb R214601g 4,5%J1 Cnncrtte fnr Inlet.. Sturm In— Snuctare, 992022 1330m 6Lx Dwµn Mamn Manch R21460Z 4,S0Upn Coricrele In Had Pleccd Pan.a. Inlcb 19 92022 03 3000 M. min . Mnbn Mancna R21460424,5m per Concrctc for Had Placed Patinµ 1'112022 011001 Mn, Denµn Martin Menen. R2 W242 4,5m pn C'a"crtte fnr Hand Plaed Pennµ 19 9 2022 03 30 m MixDuran Main Manetn R21462364,5m p Concrete for Hand Pleccd Ps 19 9 2022 03 30 m Mix IAuµn Manrn Manetn D94935C 4.Smp,�orrcmc for Hind Pleccd P.11n. 11s 9 2.22 03 30 m Mrx Lire. n Manrn Manama R2I4724I 45p1 per Concnle fnr Ihnd Placed P.nna 14 1 2n23 32 13 20 Mrx Du Air M.in Mxnclta R2136N14 5 m aacke 1..I0 pn cnnaele f r Srde%dke 14 1 2n23 03 30 m Mn Duren Manrn Marled. R2146P33 4 UI rack. 4!NN)� tiara f Bndge Deck 14121 033Um Mrx Design Main Manelb R21460334.Om pn C," Iefnr RapprxQQ 14 7 2023 32 13 211 Mn Dcargn Main Menclla R2176K14 3,(NNI pn concrgc Fin ndc%alka and ry{1Qj W 7 2023 32 13 13 Mix Dcer0.n Manm Manelte R2I61 K7U b n(N'r1i2r rar u 24 hn) fr HES Pavrn. 14 1 2023 033000 Mrx Des.µ" Main Menena '31xm 31ULBP 1.Xi C erne tur Relmm�g WAI. 15 22 2023 32 13 Il Mix D. Manrn M.nena P R21/6K37 62' wet 4,5INr r Cuncrne for Ihnd Placed Pn,na 14 1 2023 03 30 rin Msz D.ngn Marlin Mancna R21410304.nm par Cuncme Pur Rrpnp CITY OF FORT WORTH TRANSPORTATIONIPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF I35116 2024 5 :3,2023 113 If' (pf %fix Design Mo... M•neltn M7842344 4,000 pu Concrcic lb, Budge Deck 6.12023 12 11 21) Mix I)caµn Mani. Mancini 11213611201,W0 psi Concrete for Sul-1k, and P—na 612023 32 13 20 Mix Mason Martin Moueua R2136N20 3,000 pas Concrea for Sideuxlk. and yy 627.2023 03 3001) Mix D.... Martin Mane¢. U2146N41 644ascb 3,600 psiCuncrcte for Ihdlcd Sh•R. Lighting and TnRc Sinn¢I FnuiM•banc 6 27 2021 03 30 W Mix Dens, Manm M-.ua It2146K45 665 ueks 3.600 pn Concrete for Dulled Shaft. L is d Ta6c S1pna1 F... d.non. 8 4 2021 033000 Mix DniRn Mamn Monett. 1'2146R41 6 44 mks 4.5W pn Cuiict n, for Dn11ed Hen L) hi Pul, 8 4 2023 03 3000 Mix Dessau Mm,. M... no R2136RI4 5 (lusack, 3.SW Ns Concrcic f r Sdeu.lk, and g 4 2023 32 13 20 Mix Oman Martin Mmetlo R2141R24 5 53 40,p Ni Cunnete (,sr lunctim, Bnx. Ban CuhxrNdeuolks.nd IR.—, P 4 2023 03 30 m) Mix Dentin Martin Monett. R2146R35 6 11 43W N1 Cunc,He fir Win, Manh.1 and 11radwall. P 4 21123 32 13 13 g 30 2023 033000 Mix Dentin Mix Deaian Martin Marina M•rtm Mancna R2146R36 6 17 4.SWyy)) Cuncrtte f r Hsnd Placed Pa11i R2141 Ran 5 BS SK 4 (kr0p i Cunatle fin Bux Cuhms �Fie•dualls 8 42023 32 13 13 Mix Dean M.— M•nen. 1/Jy 41 R27 5 69 mks 4.(HNr' t Cuncrcte fr Machine Placed P .. 112112023 U3 30 W Mix Dcnnn Menm Marten. Ii2146R33 6 UI Sacks 4.UIN(pn Concrcic Mix fur Cff Scuer Monhulce 112U 2U23 033000 M,x M,is. Mon,. M—lia R2146K33: 60i Socks 4,M c. Concrete Mn fur CIP Suer Manhulcs 12 222023 32 13 13 Mix Duuan Mons. M.= R2146R44 16 60 Sacks 4.5tX yas Cuncrcte Mix 1'ur lbnd Placed P..3.a I2:222023 32 13 13 Mix Dcssan Morn. M.nc11, R2146K441 6 W Sacks 45UQpsi C'urscsere htix for Hand i'l—d P-lur 99 2022 32 13 20 Mix IJossan NCS Red, Mix NCS5020A 3000 Ns Cun.M. hlix for Curb A Gullet. Dn...... Sul—alks 99 2022 013000 Mix D ncu NBR I(= Mix TX C-YY 3000 Ns Concrete Msx fw Curb Inlcls 9 i 2022 033000 Mix Marc. NBR Rud) Mix TX C-NY 3000 00f1� uricrtic Mix for Curb Inlets '1 122013 03 30 W M,x Dusan NBR R.7 Mix CIS PI-YY 6 UO Sacks 4,UW Ns Concrete f Colton. Manhulcs, flux L-nhMs 10 4 2023 03 30 W M. 1Jnsp, NBR Rud)) Mix CIS A-YY 5 W Sack, 3.000 Ni C-lncrete for S l—lk, A Ramps, and Curb h Gullcr 10 42023 03 30 W Mix Dentin NBR Rady Mix CIS A -NY, 5,00 Sacks 3.000 s C-umnas for S leu.lk, A Rsrrys. and Curb A Gullcr 114 20u� 32 13 13 Mrs Mae - NBR Rudy Mix TX C SF-YY. 5 50 S. 3,� run C-1, far Machine Pled Patinµ IO 42023 32 13 13 M,z Dawn N13 Reidy Mix TX C SF -NY 5 50 Soda 3,600p•s Carteret, fnr Machin Placed P.—ir In 42021 121313 M,x Ma,. NBR Ready hhx CIS P2-YY 16 50 Seeks 4500 ps, Cess-1e for Hand PI•ccd P.... l0 4 2023 72 13 13 Msx Minor, NBR Rudy Mix CIS P2-NY 6 50 Seeks 4.5W Ni Coned, for Hand Placed Paving 1114 2023 0334 13 Mix Denµ. NBR Rudy Mix FTW FLOW FILL 150 R! unc fur Flou.ble 4 I52024 033001 M,x Daltin NBR Ready Mix TXS-NY 550 Sack, ddUOpn Concrete Ma for Clse, S Sleb Paz-Nn Fly Ash 4 I5 2U24 03 30 W Ma M: NBR Rodv Ma TX S-VY 4 50 Sock, 4W,1A n Concrcic Mix far Circa SS Pavxnti 104 2n23 12 1311 Ma Design NBR Rudy Mix TX E-NY 470 Sacks 31101(pn Concrcic fin Srdeu.ib. Thwt. Curb+. C� 4 15 202d 03 30 W Ma Must. NBR Rudy M.,, F0020022 2 5 Sacks 150 Concrete for F]— Fill 7102,123 03 30 W Mre Desna fhbum 30A50MR 5 SK 3,(Rx) N�onprcle f r Sid ...lk. 71U 2023 32 13 13 M I D.:. Dsbum 45A60MR 6 SK 4,5W r Concrcic fnr Wnd Placed P•x3nq 124 2023 03 30 W Mix Dealan Ra J Reds M,x RRM6320AHP 45M Qis C—res, fix Hand Placed Pa.3q` 12J 21123 113 31) () Mix Des1an RoR�R�� Reds Mix RRM5525A 36p,yy C uscu- for Valley Gunn. S.dc,3k.. Anpnvche, ADA R.— I I R 2023 03 'UM Mn Deep, Rap,d Reds M,x RRM6020ASS 4(K1, pA Cuncrtte fur SOorn Dnsn Structures I I R 2n23 U3 30 W Ma Devon F= Reds Mrx RRMS320A 3sNNsyn C� <r<te fr Bl� ksq,,a I la 1023 U3 30 W Mix [kntin Rayy,d ReJi Msx RRM5o20A 30(Nfpu Cuncrtte fur Curb. Caner, Unreuns. S1Jeu'olk. RamN 9 9 2022 03 30 W Mn Dasi¢n Rcdl-Mix DCA2E554 3(µM Ns C'oncrele Mix fa R p Rapp 992022 92022 03 30 W Mrs Dentin Rcd1-Mn W.524 30IM Psi C'um:M, Mix lia Curb d: L`uner v92022 0314 13 Mix Denpn Reds-M,x F0CIW21215c..F1.-bI,Fill-CI-SM 992022 03 30 W Mix Dentin RedrMix 10J11524 30DD Ns Curlews Mix fur Dnvcu.ys, Stdeuµlk,, ADA RamN 9 92M2 03 30 W Ma Dc.+an Reds -Mix toil 1504 3000//yy1 Cuncrtte Mn fur Sid cx lk, 992022 033000 Msx Desian ReJrMsx IOL11504, 600,Sacb 4.000 pu C'oncmc Mu (or Sdeuplb, Curb &Goner. Scuer Manhole, inlets. A Junction Boxes 9%912022 031001 W Mix I, RcJrMn IOL11524' 6 00 Sock. 4.000 N, Concrcic Mix Ma di l., Inlets, JunH,- Boxes, Hesdu.11, 992022 03 30 W M. 1)<sian Rcdi-Mn IR111524 350D run Concrcic Mix for Thnn, Blocks, Vahe Pds 9292022 03 30 W Mix Deal.. Rcdi-Mn N, CPnercic Mix for M..W,, 99 2022 O13000 hhx Ikn¢n Red. M 1 :012152440M 156115744000 N, Concrcic Mn fa C-ul-in-Pl•se Sir-Drnn Structures 9920L` 033000 hhx D.nan Reds-Msx IOL115EA 3600 N, C-an.rcle Mix for Budge substructures 112.22 03300O Mix pavan Rcdi-Mn I S61 15D44000 Ni Budeee Sl.M 9970Lv 031413 Mix Dentin Rds-Msx F35238VNIW fu Flouable F111-C-ISM 99Z022 03 3413 M..M.iµn Red1-Mn FOD139VM IOfi pas Fl—blc Fdl -C-ISM 992022 033413 992022 03 30 W Mlx Dentin Mix Minn Rds-M.x Redi-M1x IO l"11143W0 vo C'onrcic Mn for �p.,ys/� 18 9 )f���}J p•�CnncsHe M1x i nch Rf .1 Ba- Malend 9 911)22 03 30 W Mix IJustin Rds-Mix IOKI Is,� i(.(Ifl p+l L'ancrelc M1x for Enc!_.r 992022 .30N) Ma III,: Red,-M.. IONI 1507 45W Ni (261q N1 d 24 his ) Concrete Mix fn, HES Parana 9 9 2.22 03 30 f) Ma Des1pn Red -M,x IUNI I5504 5000 pn (36W Qn d 2 d—) Curls —Mix fur HIS P..sng 992022 03 31) W Mrx Dentin Red -Mix So K11524 3600 Ni Concrcic Mix I.r Machine Placed P•.nly 992022 03 3U W Mix Design Red -M,x IOMI 15D4 45W pn Concrete M.a f r Hand Placed Patina.4In_ Dann S,_I.,es 99, J 'J 2U22 03 30 pl Max Denpn Red,-hLx IOM1152d 45Wys Cuncrtte Mix fnr Wnd H d Pa,mti 1192022 03 30 011 Mix Dessp, Rd, -Mr. IUMI I504 45af pn Curter. Mix fw H+nd Placed lia—, 9 9 2022 03 30 W Mix Deng, Red -MI. 145CD5P4 45W Ns Cuncrcte Mix f lbnd Placed Paring, Storm D-n Sli-lees 11 2 2022 033000 Mix 1)enan Reds-Mrx 145P25P4 45norPN C—ts, fur Sturm Dam Stmctur , l2 5 1022 U3 30 W Ma M on R.ds-Mix IOKI15C4 3501(par Concrcic fw Thmn Blab. Vahe Pads 1232022 033000 Msx Dcn0.n Rcds-Mix 156115C44000y,C—t,i.,CIPSI.mDrain 5—re, 12 5 2022 03 30 W Mix Dcn0.n Rcds-M1x IOLI ISC4 36(1ff pn CuncrHe fur Menhulc, NIH, lu,uOun Box, llcaJuall 5 IS 2023 03 30 W Msz Dentin Reds-M,x e0L115D5 36W �• Concrcic lur Dulled Sh.n L,Rh„rl` ad Tnllic Stind F.mnd.nuns 5 IS 3023 033000 Mrx Dcfan Redi-M,x ION115D6 Slum U1 .,c.nl Shorts. I,ndcruatcr Dnlld sh.n 9 9 2022 03 34 13 Mn, Dentin SRM C.—cle 3000D 3.000 pn C—u— for S l—IIs and Rainier, Curb A Goner 9v 2022 0334 13 Mix D. SRM C—usl. 400501,000 pn C'mcrct. fnr li,,dmlls. RHalmna Wall, Cull- 9'9'2022 033000 Mix Desi0.n SRM Concr<1. 3M23 3,6W N, Caserta fnr Machine P —xI —n8 99'2022 033000 M .Oman SRM Cusimle 40U68 3,6W Ni C—.1. 16, Machine PI—d Pa.,na CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODIICI'S LIST AS OF 0/1612024 y r 2022 03 30 (IU 11ix D<,ign SRM Cana<I< 453W 4,500 ps, Concretc fm Hand Placed Pnmis 9 9 2022 992022 03 3D W 03 .N) W Mix Ucsign _ Mix Dcmpn _ SRM Concrete SRM Cpmrck 45000 4.500 RRaat Concrete fm F4nd Plx<d Pasin] 403264.5W 13.11D d 3dl pn Comrcic fnr Itl Penn{ 9 92022 03 ]0 W Mix IXsrµn SRM Concrete 35022 3,Wo _ Cancr,lc fnr Jum0on Box. R,I,mmµ Wall, 9 9-032 03 30 W M,x D.:Rn SRM CPncrcte 30050 3 0m p„ Comrete for Side„zlke. Ramps. InIeU. lumlim, Anxes. Thrvst Almka. Curb and Guncr. IMvcwa,r. Asmcr Ramp 2 10 2027 03 30 W Mix Desgn SRM Concrete 50310 S.WO P.C,, fur HES Pavlq{{ 1 13 2023 32 13 13 Mix Deign SRM Cm„rcl, 45023 4.500 Psi Concrete I'nr I4nd P1sud Paring 412024 033(IW M,x Dcvgn SRM o—t< 9064q ggp C.,—l<fnr Flowebl<FJI J 12024 03 30 q1 Mix Design SRM Concrete 911d ISUpn C-1. for CLSM Trench Repsu J 12u24 D330W Mn Ocmgn SRM Concrete 91015pJpfvl Cuncrct<for CLSM 41202d 0330W Miz Denlp, SRM Concrete 4505045W Concrete 552023 033000 Mix Dsl:. SRM Cunercic DIo0g18553�B 4.MW pv Concrete for Bdndpe ygwch Soh. Dnk Slsb V V 2022 03 30 W Mix Dxaign Tsrnnt Coacrel< FW60AHP 4512g, C.—,tc Mix for land Plued Pannp 1192 022 03 3000 0 W Mix Deign Tsrtent Cnmrelc FW W20ANP 45(�I �n Cun,rn, Mix I'ur Hand PI,,<d P,,,ng 9 9 2022 03 30 W Mix D<atgn Tartans Cuncrcic TCFW6020AHP 4ii(nl HH= C'unaretc Mix for Hoed Planed Pan., 992022 .13000 Mix D— n T,-1 Cunar<Ic FW7520AMR 45W 13d00 p,i u idn,l mi Cuncrcic H6S PnnnR 99 2022 03 3U W Mix Ucvpn Tenant Concrete FW6520AMR 4500 (30W psi d 3d—) yy i HES Pmng 992(122 0330W Miz Dcagn Ta-1 Concrete FW'S520AMP 3/A0RoryiCuncrcic for Mechme P4ccd Pannp 992022 013000 Mix DeviRn T,rtanI Concrete F W 5320A 30,0 jpi lonercl, Mix fm BI«L'�p 992022 0-13413 A, D.: n T.— Concretc FWFFI50CISM 50-ISo pm Flowable Fdl•CLSM 9.12022 033413 Mtx D.m Tanan,C—,.t. FWFF27550-150 p,i Fluwzbl, Fill• CLSM 992022 033000 Mn Deign Tartmi,C-onarctc FWW20A240Wpp Cancrcl, Mix for Simm Dram Slrvcw I10:02022 013000 Mix D,allut Tamnl Conerne TCFWW25A240 p,i C-cmie fm Mmhola 10 10 2022 03 30 00 M. D„i,n Tert,nl C'oncr<I, TCFW 5020A 3" p , Cuncrnc fnr S,d<walkv 1992022 031000 Mix Denµn Tartml Concrete FW5025A 3000 psi L'uncr<ie Mix f r Cush a Gu1mr. Dn,xmvv, Sid-1ka, ADA Ramps 19 92022 033000 Mix Design Ilan Resdy Mix 3020AE 3W0yn Concrete for Sidewalks 19'92022 03 l0 W Mn M1,9, Tarnni Connde CP5020A 3q@ u Concretc Mix for Curb and Guucr 1991022 03 b W Mix Dui,n Toranl Concrete FW5525A2164 P,i Concrete Mix for Sid -AL 1)-, Apprmch,a. ADA Rmp 1992022 03 30 "' Mix Dcaign T,- Rudy Mix TRC4520 45W pvi Cuncrcic fnr F4nd Placd Psn9 1992.22 03 m00 Mix Duign Trvc()nlRdi Miz 025023. 3W,1 Is —r„c Mix fnr Flanwuk.C2&G,ill-Dmxwxvv. Sid—Akv.ADA R- 2022 0311011 Mix D- in Trv, Gnt R,di Mix 270 230 50(10 yy i Cnn,, lc fnr Band Plud PninR 199 9 9 2022 03 30 W Mix Design Trve fir„ Redi Mix 0250 2305 31100 pn Cumrct Mix f r Curb B (Wttn. Dmx 1- S,dcwzlk,. ADA Ramp, 199 2022 03 30 W Mix Deign Trve Cnt Redi Mix 0260 2302 4,IW P„ Concrete Mix t,,r Mschm, Placed Pn,,s 1992022 03 30 W M,x Design Trve Gnt Redi Mix 0255 2301 36W poi Concrete Mix fr Mnhnu Placed Penn, 492U22 03 30 W Mix Design True 0.1 Rd. Mix 0260 2301 45W poi Cuneret<Mn lur Hand Placd Psnl�q v 9 2012 0130 W M,x Denpn True Gnt Rd, Mix U265 230145 W qq Concret, Mix fur Vdln Gunn. lleml P4cod Pannp 11 312123 32 13 13 Mix Design Wild— R<di-Mix 3620A1 6 W Secka 3.600 mi Cunard, Mix for Machine Plscd Pa—R 11 202023 32313 13 MxD, 0 Wild— Rd -Mix 4520A1. 6 50 Secka 4.5W m, Cum,el, Sox fur tend M—d ng 11 202023 03 30 W M,x Dews Wild— Redi•hb' 3020A1' S W Sacks 3.fgli 1qI Cuncrcic \L: for Sidewalks and 1nla, 4 12024 033000 Mix Denan Wddunsr Red -Mrc 517 Saclu 36t1np,i Concretc Mix for Foundsuuns Swclurn 11 302023 033000 Mtx De.+iRn Wilduner RedrMlx 4020AI 6 W Sscks 4J161i q i Cunc,<te Mix for Sidewalks and Nleta v 12022 03 30 W Mix IXeipn W'u<Rdi Miz 367936W psi Cuncrcic Mn iur LiahlinR ed Tn1Bc Sipnd Fuundaoun, slt P V 2022 32 216 I ix DQ„ign Amon Aa hall FT5DI37965 PG64-22Tvp,DFineSurf- 992022 321216 IM,x Deipn Au,on A$a� 11 DA5D135965PG6L22T,,(DFim Surface v 92U22 321216 IMn D.— Amon AspRaIt FT5B117965 PG6/-22 T,ye li FBue 9 92022 32 12 16 IMn Deign Auvlm Asp¢halt 2B139965 PG6a22 T,�PFj B Fine Beu 992022 121216 IMix Du,pn Aunin A,{p'Talt FTIBI172 PG64-22 Tpeb F,n, Bsu 5 12024 32 12 16 IMix Ds.: Rnnold, A, halt 340-DC-B PCKA-22 TV Basis, C-outac 9 9 2022 32 12 I6 IMix Design Rnnold, A,p1 ..It 1901 D PG64-22 T,�C D F m Surl,ce '192022 321216 IMn Dc,tgn Rnnold,A halt 1112B PO(A-22 T31l'',�,9 Fim Beu 991022 321216 IMn Deaipn Rnxtold, A; hall 1612B PG64-22T ,Fine Base 11202023 321216 IMa Doign ftnswld, A all 1101D PGG4-22 T)�j DF,nc Surfsu 992022 321216 IMn Design Sunmoun, Penn, 311DV6422 P(i(d-22 T5W D Fme Surfce 11262022 32 12 16 [Mix Dcngn Sunnnum Pannp NODVG422 P1i(a-22 Tryryee DFine Sur4u 1252022 331216 IMn lkaiRn Sunmoum Paring 3076AV6422 PG62.22'fx.t, Ftm Beu 99:2023 .i21216 IMix U<ngn Sunmounl Pannp 341-BRAP6422FAG P(iEd-24 T,�eA Fine Aue 9;92022 32121G IMtR DenRn TXBR 37-211305-20 PG64-22 TPe A Fim Bsse 992022 32 12 16 IMix D-gn TXBIT 44-211105-17 PGG4-22 Tr B Ftm Base 99 2022 32 12 16 Mrs lxugn TXBR 211305 (1757) PUC. 22 %NH Fmc Beu 992022 32 1216 M,x Dengn TXBIT 222475 (1g171 PGG4--22 T1�U Fine Surfs 992022 321216 Mi. D-V TXBR 2A222475.19 P(i6J-22 T,T�U Finc Sur4cc 992022 321216 Mrx D,nen TXBIT 1-222475-20 PGG4-22 T,R UFinc Surface 992022 321216 h6x Dcaan TXBR Ga-21d 115-IS PG70.12T DFine Surik<e 9'92022 32 12 16 Mix Deign TXBIT 12.222475.19 PGW-32 Tf� Fme Surface 4,12024 12 12 16 lxaipiN bma 344 MAC.SP•D 70.22XR SAC A-R T,x<D Fme Surface Deseelabli, Wry�P 8S,„vrii 992 n22 .3 0 D .: P.— Rnc F411 Brick (W ,,I lnn 14— NCI TscUle Pncn 992022 3213211 DWS-P,vna Wevtem Brick Co(Htmsron. TX) D—bieWammpP.— 192U22 3213211 DWS-Cu„R,mn< Engim,rd Plnhn.Inc l Willumanil<. A—T,k 992p22 321320 DWS-Compm0e ADA Sduliom(W1lrmngton. MA) Fkntsg<BrickCIPCumpuntcP.— 472023 321320 DWS-Pexrs ADA Soluumu(WdmnRlon. MA) DetectableWonnngP.— FORTWORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUICTS LIST AS OF OS/16/2024 Silicone Jdnt Seelent 9'9203 2 13 71 Sealenl Lbw 8905L-Cdd Ap91'e1: Sm �c C'ompnnenl, Sdicone lomt Solon, ASIM U5891 9 92022 2I.i 73 1. I Sealant T.mco 900SL •Cdd ARRQQ 1M. Sonq c C'ompn,rcnl. Silicone Joint Sulont ASTM U5893 992022 321374 lo 11"Jmnt Jmnt Sulant Puon 300SL-Cdd Applied. 5ln a CotovQrml. Silicon, lmnl Sealant ASTM 05893 992022 321374 loom Sulent C.Ico RodSavcr Sd¢onc-Cdd epl d.S."J, CompnnenL Snc�nnc loml Sealant ASTM D5893 Ud Tinrvia [anhdmrm S.W 9'92022 33 5 0 Embcdnrcnt Send 511,cr Crack Makroda 114hry l.mM1cdtncnt Snnd ASiM C'i1 99:2022 330510 lmbedment Sand Crouch Matcnelr Il4bry F.mM1,dmenf Send ASTMC33 9'92022 33 05 10 Embedment Sand F end L Don Mover IJl1hry Embedment Send ASTM C33 9%92022 33051U Embedment Send Fend LUrt Mnv Embedment Send ASTM C34 9'92022 ?3051n Embedment Sand n, Tin Tnp Mown Manetla Uhla, UULtc Fmbednnnt Send ASTM C33 Storm Server- Manhdea a BrnlFramea a CmeNSeavdvd( rj233-0S•I3 9 28.2018 33 (15 13 MvMle Fnm. nod Cmen AccuL-sst ((nn Cnnyrm. LTUI MHRC r22040515,u - ••?A' Ua) ASTM MB AASHR) M306 9 28 2018 31 US 13 R.tenhnlc Cmsr Neenah Found, NF-1274-191 (Sru - 12• Ue ) ASTM A43 AASHTO M306 9292018 3.3 OS I l anhnic Fn and Cols. Neenah Found„, NT-17J3•LM O4need) (Son - i±• Ue) ASTM A48 MSFJTO M?04 9 282019 3305 13 Monholc Fnmc Neenah Foundry NF-1930-30 (Sru - 32 25• D e) ASTM A48 AASHTO M106 9282n18 13051.4 Menhue Fnmea end Coven N—eh Foundry R-17J3-HV(Sue-32•Ua) ASTM A48MSH13)M3M 43'20:9 310513 Monhnle Fnme, end Cu... SIP IMurinee-� 2279ST(S.e-24'Doo) ASTM A48MSHIOM306 432019 330513 Manhole F.mea end Coven SIP hrdunnea •• 22ROSTISIu-32. Ore) ASTMA48MSHfOM306 1118 2020 33 05 13 Manhol, F.mea and Col.. EJ I FurnreIN Een ludeu Irnn Wnhr) EJ1033 Z2'A (Sie - 32 25• D. } ASTM A536 MSHLU MI. ••\'atr. ABnew4eMapmenren/now hrrduian nren4dr lib da)awedraorherrnl44nd aPah4rrPvrenv ar T-fiiNh 09' SPenjna0ar 05Il.Aeremelln npenurR n:n.41-1,h, nllm..J/.n nimnr mnnh.9n,hnr rrp,,,g4,, rnvni fr ,, one nn.r, Slmm Sewer • Inkt R Strn — 31.1,113 111 R ia20 33 4V 21 C'ub Ink. F-- FRT. 10x34n5-PRECAST•• (Sru- I. X l ASTM C913 I082.2(1 334920 Curb lnln, F.— FRT-PRECAST-PRECAST••iSue-IU'XI; ASTM C913 I) 82020 334920 Curb Inlet, Furlrnre FRT-I(M45-j� 7PP 44��••{(�,$1u•IV%451 ASTM C913 Il) R2020 33 492u Curb lnleD Funcm. FRT-I( nt45JiiS�f•'7Sou-10X451 ASTM C913 110 8.2020 33 39 20 Mmthole Fuze— FRT4X4409•PRECAST-TOP (S.e • 4' X 41 ASTM C913 11092020 1092020 333 20 Menhnlc Fonema FRT-0Xd-009-PRECAST•BASE S,u • 4' X 4y ASTM C913 110 R2020 133920 Manhole FpnI— FRT-SX541aP.E.A T•TOP/Sus-5'X S) ASTMC913 110 X 2020 33 39 20 Menhnlc Fonema FRT-5X54 I"RECAST-BASt (Sue - F X Sy ASTM C913 11-2020 3?3920 Menhnc Foncrm FRT-6X6.411-PRECAST-TOP (Sae -FX61 AS1MC913 11082020 111921 Menhnlc Foncmo FRTIX64 -PRECAST-BASE(S.e•6'%61 ASTM C913 13192021 314920 Curh lnlcn Thnmpxm fhpe (knup TPG-IOX3-0OS•PRECA5T 8`R.ET••(Stu-10'X.11 ASTM 615 11 192 021 33 49 20 Curb Inld, Th.—: Z O n t, TPG-15X3405-PREC'A5I INLET•• (So. • I S' X 31 ASTM 615 13 I92021 334920 Curh Nlel, 77)y''n,pwn a/pe auP TPG•20X399��%,, iy/ T �] ('u-20'X71 ASTM 615 1J192021 333920 Manlwle '(i„� r'"'�Pere OrouP TP04Xdaliu•PNECAS7'fOPfS1u-�X4) ASTM 615 1?192021 333920 Manhole Thmm�,nn Vl nc Grnun TPG-0X4409-PREL'AST BASE (So.-RX41 ASTM615 13192021 333920 Menhnlc Thompson Rpc (iroun TP(:-0X4-012-pRECA5T 4-Fi RISER (Stu-4'X41 AS 1M 615 1319 2021 33 392U Manhole Thamwmr Pmc Gmup TP0.SX5410-PRECAST TOP (Sou • 5' X 51 ASTM 415 1319202; 333911 Manhole Thmmpvnn PyJ,(irrup TPG-SX54 0-PRECASTBASE(S.e-5'X5) AS 615 I?1920±I 333920 FLnhole Thompmn Pepe Umup TPO-SX5412-PRECASTS-FT RISER (Son -5'X51 ASTM 615 1?192021 3??9211 Menhue Thnmpmn Rote Uroun TPG.6XWII-PRECAST TOP (Sou-6'X61 ABTM 415 I3192021 ??3920 Menhnlc Thnmpmn Plus Group TPG•6X6.4 -PRECAST BASE(Sou•6'X 61 ASTM 615 ? 19 2021 ?? 39 20 hLnhde Thnmpwn pe Gmup TP(L4X6412-PRECAST 6-FT RISER (Sim X 61 ASTM 415 3192021 373920 Manhole Thomp—, Pmc Gmup iP(1-7X7-011•PRECAST TOP(So.-TX7) ASTM 615 3 19 2021 33 39 20 MenlxO, Thump,.,`P,pe Oroup TPO-7X7411-PRECAST BASE (Sou • T X 7) ASTM 615 3 19 2021 33 39 20 Monhnle Thomp.,N Omup TPC•7X7412.PRECAST 4-FT RISER (Son - 7' X 7) ASTM 615 3 13392U Monhnle ThompsonK Group iP68%e-0II-PRECAST TOP (Son -BXB'1 ASTM b15 3 19 2021 333 20 Menhnlc Thommun Rpe Gruup iP0•RX -4 -PRECAST BASE (Son - e' X 8) ASTM 615 3192021 33392U Menhule Thompson I, llmup TPG-e%8-012-PRECAST 5-FT RNER(Sue • V X e'1 AS 615 31V 2U21 334920 D, Inl<t Th: .M1 Plpe L'mup TPG4.X4-0U&PRECASTINLET(S,u•4'X41 ASTM 615 3192021 334920 Drnp inlet Tfu—w Rll�Gruuo TPO-5X54n&PRECASTINLET(S,u•5'X5) ASTM 615 31V 2021 334920 InIe1 ��ffppJJ^^pwn Rpe Thuup T7,tox O&PRECAST INLET (St.-GX6y AS 615 0.'a, I 33 d91U ole O(Iurtic P.ea,14'xd'Stacked Mmhole(Sue-4'X41 ASTM C178 X 2X 2023 334910 Menhnlc 01 —1c Preuol 5'x 8' Sturm JU.I... Be. (Sru-5'X 8) ASTM C479 82R 2023 334910 Manhole 01 —11e Preurl 4'x4'Stomr Joincunn Box IS,u-4'X41 ASTM C478 R 2R 2023 33 49 10 Menhnlc Olduule Prwn 5' x 5' Storm luncunn Bnx (Stu - 5' X 51 ASTM C478 R 2R 2023 -3 4910 Manhole Oldcssuc Precan6'x6'Slorm Ame6no, Be-(So.-6'1(61 AS G78 R 2X 2023 33 49 10 Manhole Oldcaotle Preen 8' x 8' Storm Junumn Hox Bus f5.e • 8' % 81 ASTM C478 N 2X2023 I30910 Manhole Oldu,tle Preu,t5'x 8'Slorm luncUon Box BuefStu-5'X81 ASTM C478 9292023 334910 Manhoe Rmkc, Malcnal, Rcmfo.cd 49' Dumas Spread Foumq Manholc IS—.4' X 41 ASTM C43I R 282023 333920 Curb Inlet 10k 3'Rner Thonmw'n P,m Grnun InIclRxrfSou -i FT) ASTM C913.16 X 28202i i33920 1282023 333920 Cum lnl<I IS k I' Wrr Curb lnlel 2083' R,oer noon RJ'e Group Tho„(inn Fttpe Gong Inlet R.er lSou•3 FT InIeIWar l Stu -3 FT) AS C913-16 AS C913.16 112 2024 3i 4920 Ump Inlet Amen�ex Pope APrnducG r�f°� Inlee (4' X 41 ASTM C913 1 1220 ?i 49 20 119202d ?14')211 Iholl Nlel Menhnlc A—ln P &P`W" AmenTex aARMuc. UJap mile IS' X 51 Nrpc IJt4'Slnrm luncum Buz ASTM C913 ASTM C91) 20 1192.24 33492U Menhnlc Aw,Tex Pope APr,Mucla F,_, lunc6on Box ASTM C913 119 2024 33 49 20 Monhnle AmenTex Pope ARMucu S' P—. TenuOon MH (4' MH on the 6q of S' JB) ASTM C913 1192024 334920 Manhdc AmeIII. Pope&Pn,ducta Pnun 6k6'S[ Ju.,,.. Bnx _ ASTM C913 1192U24 334920 Monhnle A:: Tex Pope AProl" FPrecan Tnmo6., ME(4'MH nn the top ofGJB) ASTM C913 I IV P124 33492U Menhnlc A—.T.e Pmc&Puiucla Precsst RNS, Storm Juneunn Bnx ASTM C9I3 1112U24 334V 1U Manhole AnwnTe<RR^eAPoMucta aPmdu,u 8'Preeen Twain- ME(4'MH.. the top of R'JB) ASTM C913 119 2024 334920 Mprh.ilc \'.\'oac l5xwn him �r�Prwd/w rhrrraarlr..min^1r6r,ovdvrr,gaiY/Afjj. Amm�Tex�p/��rr Srrp llpw,m aJlFe aO,�raer j C Stnmr quo hLnhole on Hox 14' MH nn the I4fRCB F1 ri dbd'awH rAn+rdndrr>uhole,, .rcgYnIn ASTM C9C913du CITY OF FORT WORTH TRANSPORTATIONMUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF MIM12024 1 Slarm Sewer & 11 - fpnABo:a 33-05-IJ 14 '1 21-21 i3 Al I3 Slmm R Ado .d Un j S Henn I. FADS) ) ADS HP Slnmr P.13. `ne (PP) R ISae - 12' - 60" ASTM F7881 d: AASHTO M330 1.4828 2021 13 49 l0 Slprm Untn Ra. Wnkn Metenelr Remforud Cnncre(e pyy�(��( r��P8 an oow: Jmnt Pipe I�Ix - 21' or Iaraer) ASTM C76. C655 '_82021 114910 Wu t13- Rtnker M.mnd. Ranfuced Cnncrctr lLr.:.u(xn(Sze-Venom) ASTM C789. C850 I1n 122023 114110 Storm Ur.ln Rpu Am TeB Plpc&Producl. Rnnfnced Concrete P/J�Tpgue.nd 0h Jmnt P.W(S..-15'or lug«) ASTM C76. C506 110122023 144110 Culwn Bm Am Te. Pr QProducb Retnforud Cnncrele Oox e.1-1(an -V.nomO ASTMC1433.CI577 In 18. 2023 354110 I M 18.2023 364110 Sturm Dnln Ps_ Cdvm Box The Tumer Co The Tumer C. Rnnrorud Concre1,RmTonauc and&mw Jmnt Psp-(Sru - I S'ur I.raer) M.11. ced Cnncrelc B.. Cuhsd fens - V.nou.) ASTM C76.C506 ASTM C1433.CI577 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black D601373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATB0-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc D1301373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2" 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500l bs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire ITRASTAR INC. Arterial Luminaire ITRASTAR INC. DU RA-STR10A-3K-120-3-G R-SCL D U RA-STR25-3 K-120-3-G R-SCL