Loading...
HomeMy WebLinkAboutContract 62452-PM1CSC No. 62452-PM1 PROJECT MANUAL FOR THE CONSTRUCTION OF Chapel Hill West, Phase I Water, Sewer, Pavement, Stormwater & Street Lights IPRC Record No. IPRC23-0004 City Project No. 104387 FID NO.30114-0200431-104387-EO7685 FILE NO. W-2912 "X" NO. X-27672 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E., PMP, CCM Director, Transportation and Public Works Department Prepared for ��-� o f\>>li The City of Fort Worth �r ��P ••F AS, 11� i * ` `. *1 i...........................:... JAMIE SHELTON . January 2025 �126873 �\ SIONAL E'4 01/07/2025 LJA ENGINEERING LJA Engineering, Inc. 6060 North Central Expressway, Suite 400 Dallas, TX 75206 TBPE Firm Number F-1386 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 0011 13 ln.yit tie t Bidders Bidders Last Revised 03/20/2020 0021 13 004100 00 42 43 0043 3 inst..,,etiors to Bid Form Proposal Form Unit Price Bid Ben 03/20/2020 040:2,12014 05/22/2019 040:2,12014 0045 11 0045 12 Bidders U-o,,u l:fie ti n's Prequalification Statement 04/02 2014 09/01/2015 nno0 45 13 Bidder- v -o.,u l;fieatioi kWipa 03 in v 00 45 26 00 4 5-40 Contractor Compliance with Workers' Compensation Law Mine Btisi Enterprise Goal 04/02/2014 nQ i a 00 52 43 -ity ess 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 73 00 Supplementary Conditions 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 mini i�ni i 013120 ��z 01 32 33 Pr-ejeet Meetings 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 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti):Hfortworthtexas.sov/ti)w/contractors/ or htti)s:Happs.fortworthtexas.eov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0-2 41-1-4 T ilia , Removal / A 6.aff efff e„� 1 7 /7zz90/20iz 02n 1 1 c n1 vz-rrz� Pub 1� L�"Y�`:-ci1 02 �102i2v Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34-16 Base Matefia for- T,-eae1. De, a4f 179z 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common„'orl P_ocults for- leetf e, l 11�13 7ti�no Demolition f L'leetf e.,l Systems 17 z 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 31�3 Unclassified Excavation Beffe 01/28/2013 01 io 4�13 21�ri4 00 31 25 00 2,� EmbankfnefAs Erosion and Sediment Control OIQW2013 12/20/2012 31 37 00 Gabions Riprap 1��12 12/20/2012 Division 32 - Exterior Improvements 32 01 17 �-a-v-rrr nei:Fn,nerA �iU"�t 1W:�i !X20,12n1� rL,-svrLviz 3201 18 � Temper-ar-y n �„t,.,l tj�w-. i.g Rr 12QO/20� �� 32 01 29 Concrete Paving Repair 12/20/2012 3l 1123 Elor Wei Base Getifses 12i204 32 1129 Z7�3 Z'l�T Lime Treated Base Courses Gemen4 Treated Base r., Liquid Treated SE 1 St.,l. 12/20/2012 1'f�'fr�-svnviz 04/7 -5 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 �'�2 1216 z4z lt?lz: ing 11 "'�,012 37�3 A5rJ. ltZk-i- ing G-aek Seal., 12Q0/20i2 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 32 14 16 1fi:1r Unit tel: ing 11 "'�,012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 32 1�5 Pavement Markings f"w4, n ddfess Pail ing 11/22/2013 11,104,12013 Z7�o 32 31 29 dal;,-e lro, ees and !`_.,tes Wood Fences and Gates 12�7� 20420ti2 12/20/2012 32 32 13 Ciact in I-laco C, ner-ete Retaining aa7a 06/A518 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 23 03 10 %-pro0 Pumping f> **sting Sewer Syste 1 �i�12 33 04 �o 22�= jeifA, Beading and EleetFizal h3latial4 ('0FF0SiE) , !-'E) t 01 Tort St.,t;,.4fis 12�20,12012 1'1/'lzz90,12012 22�2 23 04 30 M,,gaesitff Anode r.,t>,, die Pr-oteetief Systo,.... ToYr*om\—; VAite coFyieos 1747zzrzv,zviz 0�in�11 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 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 1'"r 32�0 330521 �� 22�z AugeF Bei4ng T unr�.l I � � � Stool QO,L2012 12i�12 112i'�12 3 2�3 ZZ�4 Casing -Pipe I-lmd Tunneling r.,.• Dl.,to 1' "�Q 33 05 26 Installation .,F 4ef: -Pipe i Casi g e - Tunnel Liner- Utility Markers/Locators 0649,1 via 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 ?3 3 11 1� r,,, e fete n xt appea Stool Cylindef Type ��o0c�.�ro Pilo, Bar � , 112i'�12 ?i3 11 11 wed Piro wnd Fit4ings Q' 2wiz 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1220 22� Resilient Seated Gate Valve AWA A 12/20/2012 1'1/7i 33 1225 Rubbef: Seated BtAte,-f1.,AT Connection to Existing Water Mains Q0,/20Q 02/06/2013 33 Q 30 �o Air- - Valve Assemblies for- Potable Water Systems Carl �rna�i.�m �J��z���R���a��r� 12l 2042012 33 1240 Fire Hydrants 01/03/2014 33 Q ✓v 22� Water Ems' : Stations12/rzQ0/20i2 Standard Blow off Valve Asse.Y,b! 06/1�9/2014 33 31 12 �srrt Z Z�0 ( ttre.l i Place Pipe (CIPDI Fiber -glass U ei fo -ee.7 Pipe for- G -. 4ty—C.Teik.?ir. a rtravravzz i2,Qn/20i 1'f T7r�-2042012 33 31 1 C �-�rz� High Density Polyethylene (14DPE) Pipe f C` ' �,�-_•,�_ L�`m�vaA.'11t2it j�Cr�Ct 1'fT7 z 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 Z 2�i Del�,.,iff C lefi e (PNI ) ClosedProfileG-e..;t.. EnevltreP"3e�ei J 1 '1 /7�zrsvrzvii Z2�z Sanitafy Sewor Vlr, L;Aiing 1�/�1-2 3123 Sanitafy Sewor Piro EnAargemerrt 1�/1 3331 50 Sanitary Sewer Service Connections and Service Line fe - /.«Mint;, Aif ta--y Toree 04/26/2013 333170 3339 10 Valve Sa-a Sewer- Mains Cast -in -Place Concrete Manholes r1290r2012 12/20/2012 33 39 20 22� Precast Concrete Manholes Fiber -glass TRa* eles 12/20/2012 1 1/7 z 22� 33 39 60 Wastewater- AeeessChamber- /VITA!`\ Epoxy Liners for Sanitary Sewer Structures 1'1/7i Q0,/2viz 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 1 11 22� 33 6-00 K4gh Dmvd.tl�I Polyethylene (14PPE) Pipe for- StopStopn.1 T oin Reinforced Polyetl.le,.e (SRPE) Pipe S b� QQ0,12012 1111 /1 5 12QO,L2012 2 2�z Trc�� ���:� 07 /no 1�11 07/01/2011 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 T - ff;e c;,.naI i042IQ� 34 ^env11 AttaehmeatA GontrellerCabinet Q/1�is 34 ^�02 Attaehmeat B opAfollerSpeeifieatien 0 2 34 ^�03 Attaeliment G Software Sneeif eatierl 04/2012 2n�= Tomr,oiary, T,af e c;g* 1s 1, /'l am 34 41 �3 rtravravzz 34 41 15 Reeta*gular 11/zd FlaJiing B 11 /�r3 34 4 16 Pedo0t6�A Ilybfid-Sigxal 1, /�13 34 4120 Read-w Illutmk-zatian Assemblies 12/ z 3 4 n�oi r 1 �f<•� .lam Roadway .r �.s<r�arr�s 064 5405 �� 3 4 n�02 Freeway LED n e., dw .. T /,x-%it1 kaa6 06 n -5 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single -Mode Fiber Optic Cable 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 5 GG 4.01 �Walla"vfflt7j, 4 GC-4.02 Subsurface and Physical Conditions FE-4.✓I Undogrowi GG 4.04 IIa_-ardeus Efwironmental Condition at Site GG 6. 04.D Minofity and Women Owned Business Enterprise Compliance GG 6.07 1Vff9"wee GG TT 4a U44icies 49C—E.21 N sccilsinattiaff GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 00 42 43 (Residential) DAP - BID PROPOSAL Page 1 of 5 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 I 22 23 24 25 26 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Chapel Hill West Phase 1, Residential Infrastructure Bidder's Application Project Item Information Description Specification Section No. Unit of Bid Measure Quantity UNIT I: WATER IMPROVEMENTS 3305.0109 Trench Safety 33 05 10 LF 12437 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 8.99 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 10514 3311.0254 8" DIP Water, CLSM Backfill 3311 10 LF 660 3311.0441 12" Water Pipe 33 11 10, 33 11 12 LF 1136 3311.0447 12" Water Pipe, CLSM Backfill 3311 10 LF 88 3311.0457 12" DIP Water, CLSM Backfill 3311 10 LF 39 3312.0001 Fire Hydrant 33 12 40 EA 25 3312.2003 1" Water Service 33 12 10 EA 249 3312.3003 8" Gate Valve 33 12 20 EA 44 3312.3005 12" Gate Valve 33 12 20 EA 3 0241.1218 4"-12" Water Abandonment Plug 0241 14 EA 1 0241.1013 Remove 8" Water Line 0241 14 LF 9 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 6 9999.0001 16" x 12" Cut -In -Tee 33 12 25 EA 1 9999.0002 16" x 8" Cut -In -Tee 00 00 00 EA 4 9999.0003 20" (3/8" Thick) Steel Encasement 00 00 00 LF 166 9999.0004 1" Water Service on Existing Line 00 00 00 EA 10 9999.0005 1" Irrigation Service 00 00 00 EA 4 9999.0006 1.5" Irrigation Service and Meter 00 00 00 EA 1 9999.0007 4" PVC Schedule 40 Sleeve 00 00 00 LF 270 3305.0111 Valve Box Adjustment 33 05 14 EA 1 9999.0008 Adjust Existing 16" Gate Valve & Vault RIM 00 00 00 Bidder's Proposal Unit Price Bid Value $1.00 $12,437.00 $11,500.00 $103,385.00 $56.00 $588,784.00 $86.00 $56,760.00 $102.00 $115,872.00 $132.00 $11,616.00 $192.00 $7,488.00 $5,000.00 $125,000.00 $1,200.00 $298,800.00 $1,550.00 $68,200.00 $3,400.00 $10,200.00 $1,000.00 $1,000.00 $20.00 $180.00 $1,200.00 $7,200.00 $10,500.00 $10,500.00 $12,500.00 $50,000.00 $360.00 $59,760.00 $2,200.00 $22,000.00 $3,000.00 $12,000.00 $7,000.00 $7,000.00 $25.00 $6,750.00 $1,500.00 $1,500.00 EA 1 $65.00 $65.00 9999.0009 Adjust Existing 4" Blowoff Valve & MH Rim 00 00 00 EA 1 $7,000.00 $7,000.00 9999.0010 Adjust Existing 24" Gate Valve & Vault Rim 00 00 00 EA 2 $11,500.00 $23,000.00 9999.0011 Remove and Reuse 8" Gate Valve & Box 00 00 00 EA 1 $1,250.00 $1,250.00 TOTAL UNIT I: WATE 2 IMPROVEMENTS $1,607,747.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_13id Proposal DAP.xlsx 00 42 43 (Residential) DAP - BID PROPOSAL Page 2 of 5 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Chapel Hill West Phase 1, Residential Infrastructure Bidder's Application Project Item Information Description Specification Section No. Unit of Bid Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 3301.0002 Post -CCTV Inspection 3301 31 LF 9442 3305.0109 Trench Safety 33 05 10 LF 9442 3301.0101 Manhole Vacuum Testing 3301 20 EA 59 3305.0113 Trench Water Stops 33 05 15 EA 31 3305.0106 Manhole Adjustment, Major 33 05 14 EA 2 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 11 3331.3101 4" Sewer Service 3331 50 EA 246 9999.0012 4' Sewer Service on Existing Trunk Line 3331 50 EA 14 3331.4115 8" Sewer Pipe - SDR 26 3311 10,3331 12,33 LF 8583 3120 3331.4116 8" Sewer Pipe, CSS Backfill 3311 10,3331 12,33 LF 638 3120 3331.4115 8" Sewer Pipe - DR-14 3311 10 LF 221 3339.0001 Epoxy Manhole Liner 33 39 60 VF 182.4 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 50 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 3 9999.0013 4' Manhole on Existing Line 00 00 00 EA 2 9999.0014 4' Drop Manhole on Existing Line w/ 00 00 00 EA External Drop Connection 9999.0015 4' Manhole With Hydraulic Slide 3339.1003 4' Extra Depth Manhole 9999.0016 Connect to Existing Manhole 9999.0017 Connect to Existing 8" Sewer Stub 9999.0018 Concrete Encasement 9999.0019 20" Steel Encasement 9999.0020 Cleanout on Existing Line 9999.0021 Manhole Adjustment, Major. Remove Manhole Cone & Construct Eccentric Concrete Slab 00 00 00 33 39 10, 33 39 20 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 1 EA 3 VF 215.7 EA 3 EA 3 LF 20 LF 91 EA 1 EA I Roof 1 25 9999.0022 End and Plug 8" PVC 00 00 00 EA 5 TOTAL UNIT II: SANITARY SEWE R IMPROVEMENTS Bidder's Proposal Unit Price Bid Value 4 $37,768.00 $2.00 $18,884.00 $200.00 $11,800.00 $350.00 $10,850.00 $4,500.00 $9,000.00 $1,500.00 $16,500.00 $900.00 $221,400.00 $1,600.00 $22,400.00 $76.00 $652,308.00 $92.00 $58,696.00 $102.00 $22,542.00 $455.00 $82,992.00 $4,500.00 $225,000.00 $5,500.00 $16,500.00 $6,500.00 $13,000.00 $8,500.00 $5,500.00 $225.00 $3,500.00 $2,500.00 $200.00 $360.00 $2,500.00 $5,500.00 $1,200.00 $8,500.00 $16,500.00 $48,532.50 $10,500.00 $7,500.00 $4,000.00 $32,760.00 $2,500.00 $5,500.00 $6,000.00 $1,561,932.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal DAP.xlsx 00 42 43 (Residential) DAP - BID PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Chapel Hill West Phase 1, Residential Infrastructure UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 3305 10 LF 15542 $2.00 $31,084.00 2 3305.0112 Concrete Collar 33 05 17 EA 14 $1,000.00 $14,000.00 3 3341.0201 21" RCP, Class III 3341 10 LF 1775 $75.00 $133,125.00 4 3341.0205 24" RCP, Class III 3341 10 LF 2960 $85.00 $251,600.00 5 3341.0208 27" RCP, Class III 3341 10 LF 665 $105.00 $69,825.00 6 3341.0302 30" RCP, Class III 3341 10 LF 785 $115.00 $90,275.00 7 3341.0309 36" RCP, Class III 3341 10 LF 2386 $130.00 $310,180.00 8 3341.0402 42" RCP, Class III 3341 10 LF 3711 $160.00 $593,760.00 9 3341.0409 48" RCP, Class III 3341 10 LF 446 $195.00 $86,970.00 10 9999.0023 60" RCP, Class III 00 00 00 LF 2814 $265.00 $745,710.00 11 3349.0001 4' Storm Junction Box 33 49 10 EA 22 $5,500.00 $121,000.00 12 3349.0002 5' Storm Junction Box 33 49 10 EA 6 $6,500.00 $39,000.00 13 3349.0003 6' Storm Junction Box 33 49 10 EA 3 $7,500.00 $22,500.00 14 3349.7001 4' Drop Inlet 33 49 20 EA 5 $6,000.00 $30,000.00 15 3349.7002 5' Drop Inlet 33 49 20 EA 1 $7,500.00 $7,500.00 16 3349.5001 10' Curb Inlet 33 49 20 EA 35 $4,000.00 $140,000.00 17 3349.5002 15' Curb Inlet 34 49 20 EA 8 $5,000.00 $40,000.00 18 9999.0024 12" Large Stone Type "A" Dry Rip Rap 00 00 00 SY 3309 $125.00 $413,625.00 19 9999.0025 24" 4:1 Sloped End Headwall 00 00 00 EA 1 $4,000.00 $4,000.00 20 9999.0026 24" 4:1 CH-FW-0 Headwall 00 00 00 EA 1 $4,500.00 $4,500.00 21 9999.0027 48" 4:1 Sloped End Headwall 00 00 00 EA 1 $8,500.00 $8,500.00 22 9999.0028 SD8 TxDOT Parallel Wingwall Type PW-1; 00 00 00 EA Hw: 0' - 5.5' 2 $48,000.00 $96,000.00 23 9999.0029 SD9 TxDOT Parallel Wingwall Type PW-1; 00 00 00 EA Hw: 0' - 7.0' 2 $49,500.00 $99,000.00 24 9999.0030 SDI TxDOT Parallel Wingwall Type PW-1; 00 00 00 EA Hw:0'-6.6' 2 $89,500.00 $179,000.00 25 9999.0031 Inlet Protection 00 00 00 EA 49 $200.00 $9,800.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $3,540,954.00 UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime (32 Ibs/sy) 3211 29 TN 524.24 $275.00 $144,166.00 2 3211.0400 Hydrated Lime (42 Ibs/sy) 32 11 29 TN 393.97 $275.00 $108,341.75 3 9999.0032 4" Flex Base Type A GR-1 3211 29 SY 2509 $3.75 $9,408.75 4 3211.0501 6" Lime Treatment 321129 SY 32765 $4.00 $131,060.00 5 3211.0502 8" Lime Treatment 3211 29 SY 18760 $5.00 $93,800.00 6 3213.0101 6" Conc Pvmt 32 13 13 SY 32112 $52.00 $1,669,824.00 7 9999.0033 7.5" Conc Pvmt 32 13 13 SY 17835 $68.00 $1,212,780.00 8 3213.0302 4" Conc Sidewalk 32 13 20 SF 45746 $4.25 $194,420.50 9 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 $2,200.00 $8,800.00 10 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 44 $2,000.00 $88,000.00 11 3291.0100 Topsoil 3291 19 CY 833 $28.00 $23,324.00 12 3292.0100 Block Sod Placement 32 92 13 SY 4898 $9.00 $44,082.00 13 9999.0034 Remove Barricade & Connect to Existing 00 00 00 EA Pavement Header 9 $1,000.00 $9,000.00 14 9999.0035 Constr Barricade 00 00 00 EA 8 $800.00 $6,400.00 15 9999.0036 Constrct Std. Pavement Header 00 00 00 LF 264 $25.00 $6,600.00 16 9999.0037 Stop Signs 00 00 00 EA 19 $850.00 $16,150.00 17 9999.0038 Street Name Blade Pair 00 00 00 EA 19 $250.00 $4,750.00 18 9999.0039 Street Sign Pole 00 00 00 EA 19 $300.00 $5,700.00 19 9999.0040 Ornamental Fence 00 00 00 LF 954 $35.00 $33,390.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $3,809,997.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version May 22, 2019 00 42 43_13id Proposal DAP.xlsx Docusign Envelope ID: 3D9564EE-C41DAOA5-A5DF-CD349733145C DAP.HIpPROMA(. Pop 1 eti SECTION 00 49 43 DevelaperAwarded Projects - PROPOSAL FORM Chapel HilJ Mst Phase 1, Residential InfmrIrucwm UNIT FENCE BID Bidder's Application — Pf;jee[ flan InEotmauart Bld[ r: ProPovel j I v i1 or f Bid 9iilit tf® I $petilieeboo Section No-Nk4— J Quantity [Tait ]?tiw Bid YAIYre� LV0. Hid Summer! UJW I: WATER IMPROVEMEN_T3 E3 B1 7,747.d0 I, UNIT 11; SANITARYSEV4ER IMPROVEMENTS '$T,561,932,Sa IINIT IiI: DPAINAGE HPROVEMENTS S3 540;95d.�a ~UNIT IV' PAVING IMPi3DifEMEN7$ S3.8t}B.0fi7.flU '1era1 CemtrftNinu 8td 5�4.324.63aF.bd T14 Bid is submitted by the eulily named below; BmDEM. SY: BROCK IrUGGLKS C4WWtier <-BArrMvciGu TX, L.P. 5337 WkWta S"i Fm rs W—ch+TX 74119 TIT4;FRMF!,1DLV1,t9, DATe: 01 /07/2025 CUhiMW rsEl+raa to mapteteWORK for INNAL ACCE19 ANCC widrn DONTRACT e5uwautea torrn m provided m the GtncralCoaditioot< END OF EJECTION CRY 9F FORT WORTH STANDARD CnNSrRUM- ON5Ml"CATWvDOCVMENTS-DEVELOPERAWARDEDPRO= Farm VMmu Mil i?, 2919 100 ww6jzg days after the dgiftwhro the W4143 Bidpm"IdmrP lx Docusign Envelope ID: 3 D9564EE-C41 DAOAS-A5 DF-C D34 97 33145C qW t243<5� U�) DAv -jiMpRoprow. P*v 3 43 SECTION 00 42 43 Developer Awarded Pmjwls - PROPOSAL FORM Chapel Hill West Phase 1, Street Lights UNIT PRICE BID Bidder's Application rwicu Ilan Iffifftmwk. X3d&rS PWp1W1 6,,tn1 14=1 SPvrdfi"$m SeCtLan Nu. Uri! If I awl udit Price RWN)AN Nfeumm QvAnWy I URMY; 3TRF E T 'EMENTS 2505-3DI 5 7 CONDIT PVC SCH 80 (T) 26 05 33 LF 714 2 3441I.8002 Rdwy Ilium Amen" TY 0,11.D-25, and 0- 30 34 41 21 EA as ;J70�q9P.0p i 3411.i201 LfFV L% ildnq FFbiiim 34 16 6k 1k —i— 3441-330, Jm. foursda*m TY I A and 4 344120 —i EA ea —AlAYMO — o- i IsM, 99 OM.0041 Ground BOX Do 00 00 F-A —10 il! -Lt, _.;� 5,LGrRq 7 U99-0042 3 - 91 0_" 66,66 k -0,0, —00 -0-0-11 — — 1— — .47" - iwq,-iad-i�per Wire UF �1353 36.01) S14.118.00 TOTAL VNIT V, TINGIMPROYEMEN SSDO.12&00 Did SWRI UNIT V. STREET LIGHTING IMPRDVF-m73 T-Dml Ccwtrutian Bid 0 - 5 - 2 . 0, W"ffho" I To[af COW&W600 Bid[. This Did is imbmifted by the entity agreed belaw: REDDER, n: DROMWOGINS UUMIZr CnWDr%1tt14&TX LX. 3327 Wk:4itm Swm4 4" 4 FonWorrL TX 76110 TITLE: II]gNT V'P "'AT'- 01/07/2025 Cmmmme djt— ja c4mpltu WORK for ViNAL ACC EFTANUL *id& 3(* wordy "y§ aflr-e eig date whru dim CONTRACT CWUMCMC9F to ru as provided in the Gmeral Cmdlflo" END OFSECTION Cr75r OF FORT VADRT" nAY.MM CGNSrRMTNDfK SYECIFICATICN VM'UKPJTS - DEVEL-OPER AWA Rubi) MO)ECTS Fdxw VvOm M" 21. 2019 W 62 43—EW P.P..j Bm"uK Docusign Envelope ID: 3D9564EE-C41DAOA5-A5DF-CD349733145C 0045 12 - 1 DAP PREQUALERCATION STATEMENT Page 1 of 1 I SECTION 00 4512 2 DAP - PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(&) listed. In the "Major Work Tvne" box VMvide the comylcte maior work tvae 6 and actual description as provided by the Water Department for water and sewer and TPW for 7 paying. 3 Major Work Type Contractor/Subcontractor Company Name Prequaliiication Expiration hate FFater Distribution .System- Conatser Construction TX, L.P. L4 f �P - New Consfctfon, All &ru Sewer C'vllectian System - I Conatser Construction TX, L.P. i New Construction, All Sites Concrete Paving Construction I Conatser Construction TX, L.P. l ` � - Unlfmiied Area Roadway & Pedestrian Conam" Construction TX, L.P. _ Li hii Sanitary Sewer BCAC Underground, LLC ManholelSowctur~e lntertor OR Lining - Warren or Chesterton ACE Pipe Cleaning Inc. Coating 9 10 11 The undersigned hereby certifies that the contractors and/or subcontractors described in 12 the table above are currently prequalified for the work types listed. 13 14 BIDDER: 15 16 Conatser Construction TX, L.P. By: ] ffi A QI n 17 Company (Please Print) 18 19 5327 Wichita Street Signature: 20 Address 21 22 Fort WordL TX 76119 Title: �)-eSr n f 23 City/State/Zip (Please Print) 24 25 Date: 01 /07/2025 26 27 END OF SECTION 29 CITY OF FORT WORTH Chapel Hill Wcsl Phase t STANDARD CONSTRUCTION SPEC IFICATIGN DOCUMENTS —DEVELOPER AWARDED PROIECTS City Project No. 104387 Revised September 30, 202t Docusgn Envelope ID 3D9564EE-G1 E)401& SOF-0D349]3 UK t 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 N 21 n 23 24 u 26 27 29 29 30 31 32 33 34 35 36 37 38 39 0045 26 1 CONTRACTOR WMFLIAN(:E WRN WCHJX RS COWEDBAMN LAW Ppe 1 ai SECTION 0045 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), ss amended, Contractor certifies that it provides worker's compensation insurance coverage far all of its employees employed on City Project No. 104387. Contractor further des tha4 pursuant to Texas Labor Cade, Section 406.096(b), an amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Cmatser Construction TX. L.P. Company A j3 7 Wichita Street dFFJq Wapph. TX 76119 C1ty/Sta:1IF THE STATE OF TEXAS COUNTY OF TARRANT By: F (tf on'(nc Signature:. 00 Tills: �fec i,Aer" - (Please Print) BEFORE ME, the undersigned authority, on this day Manually appeared illy .Imown to me to be the person whose name is mbecn ed onto �e oregomg losttumm4 and acknowledged to me that he/she executed the same as the act and deed of _-A. I.. A. for the purposes and consideration themes expressed ana in the capacity therein stated. GIVEN TINDER MY HAND AND SEAL OF OFFICE this 1 day of SCaYklQW r202i ISxaati PP�a��e`w: a.e,.e Notary Public in and for the State of Texas � nX t3Y6A33 M hmMnlon Erpvev Noremhet]p, p]E ENU Oa a TION CN mMICTWORTH xTANOARO 2, IKT10N 9P&.R1CA'IION D(:(.gb&YTS @rvd APaz, 2014 z9t4 cawjm1Wensa 1 Cure sWtMo 1N387 00 52 43 - 1 Developer Awarded Project Agreement Pagel of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 01 /07/2025 is made by and between the Developer, 5 GRBK Edgewood LLC., authorized to do business in Texas ("Developer"), and Conatser 6 Construction TX, L.P., authorized to do business in Texas, acting by and through its duly 7 authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Chanel Hill West Phase 1 17 City Proiect No. 104387 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 300 working days after the 24 date when the Contract Time commences to run as provided in Paragraph 12.04 of the 25 Standard City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer five hundred dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No 104387 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Eleven million, twenty_ thousand. seven hundred fifty- 41 three dollars and fifty cents. ($11,020,753.50). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 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 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No 104387 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to overate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused. in whole or in part, by anv act. omission or negligence of the citv. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is suecificallv intended to operate and be effective even if it is alleged or 94 vroven that all or some of the damages being sought were caused, in whole or in part, 95 by anv act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No 104387 Revised June 16, 2016 Docusign Envelope ID: 3 D9564EE-C41 DAOAS-A5 DF-C D3497 33145C 117 118 119 120 121 122 123 124 125 126 127 K5243.4 Developer Awarded Projen Agreement Page 4of4 7.6 Aulkarity to Sign. Contractor shall attach evidence of authority to sigh 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: Cunatser Construction TX, LY trod � (Print e) Title: President - Company Name: Conatser Construction TX, L.P. Address: 5327 Wichita Street City/State/Zip: Fort Worth, TX 76119 01 /07/2025 Date Developer: GRBK Edgewood LLC. Bv: FSigned tq, e!! Say, (Signature) uobby �amue i (Printed Name) Tw.- vice President Company name: GRBK Edgewood LLC. Address: 5501 Headquarters Drive, Suite 30OW City{State/Zip. Plana, TX 75024 11712025 i 2:24 PM CST Date Cn'Y CF FORT WORTH Chapel Hill West Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project No 104 38 7 Revised Iuna 16.2016 006213-1 PERFORMANCE BOND Page 1 of 2 1 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, Conatser Construction TX, L.P., known as "Principal" herein and 8 Berkley Insurance Company , a corporate surety (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, GRBK Edgewood LLC, authorized to 11 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, Ten million, five hundred twentv thousand, six hundred thirty 13 dollars and fifty cents ($10,520,630.50). lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly 15 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 16 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 23-0146 ; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 7th day of January , 2025, which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 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 Chapel Hill West Phase 1-Water, Sewer, 25 Pavement & Drainage Improvements. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CityProject No. 104387 Revised January 31, 2012 Docusign Envelope ID: 3D9564EE-C41DAOAS-A5DF-CD349733145C 0062 13-21 I'MFORMANCF•. BOND ftV 2 ni'2 i PROVIDED FURTHER, that ifany legal action be filed an this Band. ventic shall lie in 2 Tarrant County. Texas or the United States District Court for the Northern District of Texas, Fart 3 V%'orth Division. 4 5 6 7 8 i� 10 12 11 14 IS 16 17 18 19 20 ?1 22 �; 24 25 26 27 29 29 30 31 32 33 .4 36 38 39 40 41 4-1 47, 44 46 46 47 This bone{ is made and executed in corn pl. iance ►vitlt the provisions of Chapter 2253 of the Texas Government Cade. as amended. and all IiAb Iities cn thus band s h a I l be deterinined in accordance with the }provisions of said st uc- IN WITNESS WHEREOF, tlic Principal and the Surety have SIGNED and Sl rALED this instrument by duly authari=d agents and officers on this the _ _7th day of January , 20Z , :ATTEST: (PI•incipalj Secret,#Fy it imm as to Principal Rness &asto Suraty- PRINCIPALr Conatser Construction TX, L.P. IF. _� 4 Si�naturc��� Brock Huggins, President Ttialne and Title Address; 5327'M4ieliita St. Fort Werth. T7L 76119 SU RET`•: Berkley Insurance C,Ompan r}� BY: Signature Robbi Morales, Attorney -in -fact Naritie and Title Address; 5005 LBI Freewav, Suite 1400 nnliss Tx 7r,7d4 Tcicpllone Number: 214/989-0000 *Note: if signed by an officer of the Surety Company, there must lie on file a certified extract from the by-laws showing that this pe1•svn has authority to sign such nNigation. If Surety's physical address is ditYerent from its mailing address, both roust be provided. The date of the bond shal I not be pri or to the date the Contract is awarded, Cr!'Y OF rm, ►kY]H ru CV-1 S=IAi<ii3,4K3]4'.FI'YC'41iVf71'rCS}h�-t]I�VI:L[}YiKhW141ft91�i}!'!#ifJl:l'I'Cs trrr'rr�rerr.lfa If+l3Ra KU%-iA -J J;lnuan 31,2.012 006214-1 PAYMENTBOND Page 1 of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX, L.P., known as "Principal" herein, and 8 Berkley Insurance Company , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, GRBK 11 Edgewood LLC., authorized to do business in Texas "(Developer"), and the City of Fort Worth, a 12 Texas municipal corporation ("City"), in the penal sum of Ten million, five hundred twentv 13 thousand, six hundred thirty dollars and fifty cents ($10,520.630.50), 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 the City as dual obligees, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 23-0146 ;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 7th day of January , 20 25 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Chapel Hill West Phase 1-Water, Sewer, 26 Pavement & Drainage Improvements. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CityProject No. 104387 Revised January 31, 2012 Docusign Envelope ID: 3D9564EE-C41DAOA5-A5DF-CD349733145C Oil 62 14 - 1 PAYi ENT Af)ND rage 2 of 2 1 Th is band is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended. and al€ liabilities on this bond shalt be determined in i accordance with the provisions of said statute. 4 IN' WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this insumnent by duly authorized agents and officers on this the 7tti day of 6 January , 20 25 7 ATTEST: I. Ae.,."j (Princi:pal) Secre Fitness as to Principat PRINCIPAL: Canatser Constl•uction TX. L.P. BY � Signalure Brock Huggins, president Name and Title Address: 5327 Wichita St. at Wnrdi. TX 76119 SURETY: Berkley Insurance Company FITTEST: BY; Signature Robbi Morales. Attorney -in -fact (Surety) Secretan Name and Title Address: 5005 LBf Freeway, Suite 1400 4 Dallas, `IX 75244 W i e,s as to Surety Telephurie Number: , 1989-0000 8 9 Note: If signed by an officer of the 5urery. there must be on file a certified extCact from the 10 bylaws showing chat this person has authority to sign such obligation. If Surety's physical I I address is different from its mailing address, both must be provided. t2 13 "rhe date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY 01' l-nRT %Vi1RTFl Chtgkd R N R'rat Phair 1 ,s'r.1N17Anxa urrr L:ltT+iwrstlgN-!sf'_vi'1.ripl-,K AwAKr3ro rmmru'r S vu' v M-gya vA. I&Im- Rr� iaxd lnnuan i 12UI 2 006219-1 MAINTENANCE BOND Pagel of 3 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX, L.P., known as "Principal" herein and 8 Berkley Insurance Company . a corporate surety (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, GRBK Edgewood LLC., authorized to 11 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of Ten million, five hundred twentv thousand, six hundred thirtv dollars and 13 fiftv cents ($10,520,630.50). lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, for payment of which sum well and truly be made jointly unto the Developer and 15 the City as dual obligees and their successors, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 23-0146 ;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 7th day of January , 20 25 , which Contract is hereby 23 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the "Work") as provided for in said Contract and designated as Chapel Hill West Phase 1-Water, 27 Sewer, Pavement & Drainage Improvements; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CityProject No. 104387 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006219-2 MAINTENANCE BOND Page 2 of 3 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 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 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 hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Chapel Hill West Phase 1 CityProject No. 104387 Docusign Envelope ID: 3D9564EE-C41DAOA5-A5DF-CD349733145C (XI62 19 -3 MAINITNANCE 30NID NP 3 vi':i I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 7th day of I January , 2015 . 4 5 6 7 9 9 1 tM II 12 13 14 15 t t, 17 I$ 14 w0 21 22 23 24 25 26 27 28 29 20 31 32 33 34 3 36 37 38 39 40 41 42 A TT F,;,r 4 ( incipal) Secrc Ko-tA-e R _-) Witness as to Principal AT 11ST (Surety) ecretary ess as to Surety PRINCIPAL: Conatser Coffswacdon "ice. L.P. 1' x BY: KjVnature+ _Brock Huggins, President Name and Title Address: 5327 Wichita 5t. Fort Worth. TX 761 19 SURETY Berkley' In3urance Company BY: Signature Robbi Morale Attorn -in-fact. ?dame and Title Address: 5045 I.Bi Freeway Suite 1400 17a11ac. TX 74244 Telephone Number, 2141989-0000 "Note: Ilf signed by an officer of'the Surety Con) pany, there must he on file a certified extracr from the by-laws showing that this person has authority to sign such ohligatinn. If Surety's plivsIcal address is different from its mailiTi- address. both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. crry ov i:oRT woRTI t STANnAKID CrTYcoNrnITtcw,;- r)rvi-i_C)P1"R AWARr7Fr] PROJI' ti kn,esc Januan- 31. 2012 ch,4 of ffrfl if YSf Plru+re 1 Ci)j, Pri*f No. 1043N7 Docusgn Envelope ID 3D9560EE-G11)40AS F-01)309]3UK No. H1/J2g01 POWER OF ATTORNEY BF'.RI(I.EY INSURANCE COMPANY WILMINGTON, DELAWARB KNOW All MEN BY THESE PRESENTS, thin BEI Fay INSURANCE COMPANY (the "Company"), a corporation only Is organized and existing under the laws ofthe Sate ofDelawace, having its principal offim in Greenwich, CT, has made, comtiared _ and appom al, and does by those presents make, corutiarce moll appoint Rieardo J. Rrysu; Dan E Corneq; Saphinie Hoover, Robbi Mamleo; Kelly A Wesebroek; Tina bfcK om; ✓ashaa Senators, Tame Pesranek; or M lsoda Pepperr of Ann Risk Serokes Sesb males, Inc oo/DaUas, TX its true and lawful Avorrry-ins-Pact, to sign its name as surety only as delinewed below e c and a execute, meal, acknowledge and deliver any and all binds and mderelk,ngs, with the exception of Fmanmal Guaranty Insmrance, providing that no single obligation shall excmd Fifty Million and 001100 U.S. Milan (U.S.550,000,000.00), to the —M same minor as if such bonds had been duly atecuad and acknowledged by the regularly elected officers of the Company at is «5 principal office In then own proper persons. u E — " This Power of Anomry shall be principles of and mtof la in accordance with. and govionedof by, be laws pa the Sam he following _ without giving effect a fin principles of wnfiicta of laws thveof ibis Power of Attorney is gnnad puisumt to the fa0owing malnhom which were duly and validly adopted at a meeting of be Board ofDimctors of the Company held on January 25, 2010: RESOLVED, that. with respect m the Surety huminos wnua by Berkley Surety, be Chairman of the Board, Chief n Executive Officer, president m any Vice President of the Company. m JmalOn with the Smatury err spy Assam B e Secretary are hereby aahoriud to eamue powers of attorney authormmg and qualifying the worry-N-feet named therm to execute bonds, undermlongs, r«ognizartus, nr other suretyship obligation on behalf of the Company, and to affix the corporate and of the Company on powers of anomey, executed pursuant bureau, and said officers may remove any such 3 e anomry-m-fact and revoke any Powa of attorney previously granted; and further g RESOLVED, that each power of ammmry firma the ac[s of thole named therein to the bonds, umertakmgq raueomncos, tr ` or other wedy¢ap obligations specifically named barren, and Nay have no authonty to bind the Company except an the i mmerand to the ex arecum i sand; and fancier RESOLVED, bust such power of Money emotions erg Pneviaus powers ensued M behalf of the attamey-in-fact caused; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any ur o power of ahomey or catificanon thereof authorizing the execution and delivery of any bond, maderakivg recogv' cam, in E other suretysmp obligation of the Company; and web signanue and sell wbou so used shall have the some force and affect as 3 though manually affixed. rot Company may announce to use far be purposes herein sated the facsimile signature of any c person or persons who shall have been such officer m officas of she Company, notwithstanding the but that they may have M. caused to be such a the dine when such ivslrumeva shall be issued. v - IN WHTJESS WHERHOF, the Company has f M these presence2024 to be signed and attested by is appropssa officers and is ` corporate seal herevOm affixed tins 2n° day of May 2024 ` in eIE; AMC/y�l /�� Baklcylmmamu Company F (SW) By y,I: ��IlYer,a By- s/v FaemMSY elteaidmm&smaaary SeviaViu Aeadmf U ur SFAfE OF CONNECTSCLT ) eEma Ciy11 OFFA@FID.D ) o E Swan he before con. a Noting Pubic in the So* ofComediwt this 7' day o MTv 2024 ,by Phillip Welt and Jeffrey M. Flawn who art swum to me in be the Executive Vim Presndow and Smedley. end the Sin Veto Pcesidms, --0 respefmnly, of Barkley Insurance Company / // n — Iasi Pui Noary Public, Stan ofcomutiwt = CONNH.'IIWf Tfi < c ithe adk9CWNF asu OaW5D0 CERFIPICAiE Lthe onsatiand completam5 oft he afgiaE owe DfSIIRANCECOMPANY,m N story Cnot boo battle finegomg rta ed it two, xamrst andcomplete of rinnyriginil onlaofAaem.whonbad io Power afurl Or haw vM ban revoked ma nescodOf no e coil Pou the arched. of the Arm acid effort sec foils Waei¢ who aenud the hood err umenakivg to which this Pewc of <L Acmmry iswehe my fedandavd of to as ofthy.one data uvm incoming ham and sal of to Company, thus_day M // J ~h%wPT+-=lot Viveenc P.Fas Docusign Envelope ID 3D9564EE-C4040A MDF-CD349733145C IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP. LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htto:11www.tdi.state.tx.us E-mail: ConsumerProtection((Dtdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 006213-1 PERFORMANCE BOND Page 1 of 2 1 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, Conatser Construction TX, L.P., known as "Principal" herein and 8 Berkley Insurance Company , a corporate surety (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, GRBK Edgewood LLC, authorized to 11 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, Five hundred thousand one hundred twentv-three dollars 13 ($500,123.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made jointly unto the Developer and the 15 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 16 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 23-0146 ; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 7th day of January , 2025 , which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 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 Chapel Hill West Phase I -Streetlights. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Chapel Hill West Phase I STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised January 31, 2012 Docusign Envelope ID: 3D9564EE-C41DAOAS-A5DF-CD349733145C t}n6213-" KRFORMANCE BOND I :igc 2 or;! I PROVIDED FURTHER, that irany legal Action be filed on this Bond. venue shall lie in Tarrant County, Terms or the United States District Court for the Nnrthern District of Texas. Fort 3 Worth Division. 4 ThIs bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as arnencled, and a]I Iiabilities on this bond shall be determined in G accordance with the provisions of`said statue. 7 IN WITNESS W14ERIa OF, the Principal and the Surety have SIGNED and SEALED 8 this 111slrumellt by duly authorized agents and officers ott this the 7th _day of 4 January _ ;per. 10 12 13 14 15 tG 17 1$ IR ?0 21 22 13 ?4 25 26 27 ,g 29 30 31 32 31, 34 35 36 37 38 34 40 41 42 43 44 45 46 47 ATTEST: (Principal}_•/>++•.� 5etret'SF, i S.d alr 1 Fitness as to Principal iI., SS as to Surety PRINCIPAL Canatser Construction TX. I P. 9S, Brock_HugFins, President _ Narne and Title Address: 5327 Wichita St. � orth.,Z 7611 SURETY: _Berkley Insurance Company Signature _ Robbi Morales, Attorney -in -fact Maine and Title Address: 5005 L13j Freeway ,SWte 1400 Dnllac T—Y 757d4_ 3r1ephone ;~lumber; 214/989-00-04 *Note. it signed by an offilcer of the 5Lire%v Company. there mtlst be on file a certified extract from the by-laws showing that this person has authority tD sign such obligation. If Surety's ph}'siCaI address is different rroan its mailing address, both must be provided. The date of the bond shal I not be prior to the date t]ie Contract is awarded. t'TrY [it FS }RT'A71R'111 Chaps! Ifni Il car 1'Irusc 1 ti'I'ANDAR11CITY C NtXTION%—I]I:Yt:l.i]PURAWAROL-UIrk{ PkI'y 04r-14-r,vVa10143X' Rev Nod January' 31. 2U12 006214-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX, L.P., known as "Principal" herein, and 8 Berkley Insurance Company , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, GRBK 11 Edgewood LLC., authorized to do business in Texas "(Developer"), and the City of Fort Worth, a 12 Texas municipal corporation ("City"), in the penal sum of, Five hundred thousand one hundred 13 twenty-three dollars ($500,123.00), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the 15 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 16 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 23-0146 ;and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 7th day of January , 20 25 , which Contract is hereby 22 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 24 Work as provided for in said Contract and designated as Chapel Hill West Phase I -Streetlights. 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 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised January 31, 2012 Docusign Envelope ID: 3D9564EE-C41DAOA5-A5DF-CD349733145C Oil 62 14 - 1 PAYi ENT Af)ND rage 2 of 2 1 Th is band is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended. and al€ liabilities on this bond shalt be determined in i accordance with the provisions of said statute. 4 IN' WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this insumnent by duly authorized agents and officers on this the 7tti day of 6 January , 20 25 7 ATTEST: I. Ae.,."j (Princi:pal) Secre Fitness as to Principat PRINCIPAL: Canatser Constl•uction TX. L.P. BY � Signalure Brock Huggins, president Name and Title Address: 5327 Wichita St. at Wnrdi. TX 76119 SURETY: Berkley Insurance Company FITTEST: BY; Signature Robbi Morales. Attorney -in -fact (Surety) Secretan Name and Title Address: 5005 LBf Freeway, Suite 1400 4 Dallas, `IX 75244 W i e,s as to Surety Telephurie Number: , 1989-0000 8 9 Note: If signed by an officer of the 5urery. there must be on file a certified extCact from the 10 bylaws showing chat this person has authority to sign such obligation. If Surety's physical I I address is different from its mailing address, both must be provided. t2 13 "rhe date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY 01' l-nRT %Vi1RTFl Chtgkd R N R'rat Phair 1 ,s'r.1N17Anxa urrr L:ltT+iwrstlgN-!sf'_vi'1.ripl-,K AwAKr3ro rmmru'r S vu' v M-gya vA. I&Im- Rr� iaxd lnnuan i 12UI 2 006219-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX, L.P., known as "Principal" herein and 8 Berklev Insurance Companv , a corporate surety (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, GRBK Edgewood LLC., authorized to 11 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of, Five hundred thousand one hundred twentv-three dollars ($500,123.00), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 14 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 15 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents. 17 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 23-0146 ;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 7th day of January , 202,5 _, which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the "Work") as provided for in said Contract and designated as Chapel Hill West Phase 1- 27 Streetlights•, and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006219-2 MAINTENANCE BOND Page 2 of 3 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 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 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 hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Chapel Hill West Phase 1 City Project No. 104387 Docusign Envelope ID: 3D9564EE-C41DAOA5-A5DF-CD349733145C 3 4 5 6 7 8 9 IU II 12 13 14 IS 16 17 18 19 20 21 22 23 -24 25 26 27 erg 29 30 31 32 33 34 35 36 37 38 1/ 40 41 42 MV 19-3 MA NTEhNAN(T I30M) NBC 3of3 IN WITNESS WHEREOF. the Principal and tlic St}rety have each SIGNED and SCALED this instrument by duly authorized agents and officers on this the _ _ 7th dky of January .2025_, ATTEST: {Pri�icipal) Seeret�� K,QLi-LjL �U Witness as to Principal At"I-F ST: (Surety) Se •retary rless a5 t0 arty PRINCIPAL: Cortatscr Construction TX. I-P. DY: OA 5 ignature� Brock Kuins, President Name and Title Address: 5327 Wichita,% Fort Worth. TX 76119 SURE FY: Berkley Insurance Company by: SiLmature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1400 —Da11as TX- -2M_� Telephone Number: 214/989-OODO *Note: If signed by an officer ofthc SUIVty C0Inpally . there Inust be on file a certified extract from the lay -laws shoMrg that this person has authority to sign such: o4 igatian. If Surety-s physical address is different from its mailing address, broth must be provided. The date of the bond shall not be prior to the date the Contract is awarded. VITV 01' FORT WORTI I STANDARD C ITV CONDITIONS—DINUX)PER A%VA RDED PRoJF. r3 R.w iWd bilOUv 31. 2012 Cllajo Ililt If exi N1Mur j Cih-t'mjt'C+:1'a 104337 Durango Envelope ID 3D9560EE-G1D4pASA5DF-0D3097ml4 C No. B1-]2g01 POWER OF ATTORNEY BERIO.EY MSUEAdil COMPANY WILMINGTON, DELAWARE KNOW ALL MBN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (Ma "Compny"), a corporation duly mignmemi and misting under the laws of Me Stare of Delaware, having it Principal office in Ormawa, CT, has made, wondered! vand appointed, and gas by Mass: present make, constiew and appoint Rkallo J. Reds a; Don E. Cornelf; Sophinle Rouser; RobOi Malls, Relay A Wudirrook; ytixn Masers, JosM1ua SmMers; Tonle Postmark; or Mlbeya Pepper of Ann Risk r L Sar4sa SouGwaaf, feu of Dollar, TX it we and mwGl Atomry-m-Fact in sign it name M surety only andelino[ed blow m and to "mum, seal, acknowledge and deliver my oral all bonds and undertakings, with the exception of Financial Guareary Insmmm, Providing that no single obligation shall exceed Fifty Milian and 00/100 US. Dollars (U.S.S50,000,000.00), o the e extent as S such boads had ban duly earmid and acknowledged by the regularly elmsd officers of the Company at it principal lffim in Meh own props Person. nF_ This Power of Attorney shall be announced and enforced in acmrdame wth, and govuvM by, the laws of Me Sham of Delaware, _ without giving effen to the priumples of confliva of laws thereof. This Power of Amerm y is greatest petition to the following resohtiom which were duly and validly adopted at a mating of Me Board of Directors of the Company held an January 25, 2010: RESOLVED, Nat, with respect to Me Surety bminea write by Berkley Susery, Ore Chairman of the Board, Chief = e Executive Officer, Resident or my Vice Presenter of Me COMPOMY, in coJumtm with the Secrcury or airy Assistant g x Secretary are hereby na mined to menage powers of i tomey submiang and qualifying Me atomey-in-fact named therein 10 in mm ai bonds, undermining, recognitions, or other suretyship obligations on behalf of Me Company, and to affix Me empomte and of the Company no powers of ammay mon ded pumuant beram; ad said officers may remove my men o c money-m-fact and revoke my power of summary prenoutly grated; adfather RESOLVED, thin such power of wramey, limier the was of Nose rand therdn to the bonds, undertakings, reeDgnGances, rm c or other suretyship obligation specifically named therein, and they have no antimony to hand the Company seeps in the manner and to Me ex[enthereiv stated; and fordo IW RESOLVED, that each power amtomry motes all previous powers issued on behalf of Me attorney-M-Got nand; and further OrRESOLVED, Nat Me sigume of my authonzd officer and the seal of Me Company may be affixed by facsimile to any n.E Power of attorney or certification thereof auditioning ertaki g Me exaction and delivery of any bond, undngreco , gduvca, other suretyship obligation of thmp e Comy; and such vgoncre end aeai what m used shall banrc e the sine foe anagent erad age 3 dough correctly affixed The Company may condone to um for Me purposes herein smmd Me fauimJe sigrutinc Of my Person or person who shad have been such officer in officers of the Company, votwithsmndivg Me Get Mat thry may have a nit mixed to be such at Me= a inborn such instrument shad be issued. my E - - IN WITNESS WHEREOF, the Company has mead these presents to be mimed and seated by in appropriate officers and in ,a 0mrpomte aesl hereuno affixed Ws 2m dayof May 2024 . Indonesia, Company Bmklq�,1d:llatitr n � (Sol) By C� fin C�� By .11ee��mmajj I PPM IWW S'10tls E 've Vice lieridemffi5eaetary ambr Vice lhendmr STATE OF CONeracn LT) in: COL=OFFAnix L ) E 2aa dsyof May 2024 . by Philp S.Wahand No Jeffiey M Hat whom swan to ram On b< Me ExemIum Vice Prredvn and Secretary, oval On Smief Von Preaidmt rtspecdvely. ofHerklry Luwrrm Gampmy. //'� — NDTAfly PIEIA Notary Pubfic Sum ofCmmmhco[ CONNLCIMAR 4 gaPLOMMIg01D4 F.OBIB OLipSOp CFBTpFIC4TE V.ry [the unddersrgoed, Assistant Sereury of BERKLEY WSURANC£COMPANY, DO kiESEBY clw= Matt foregoing era ^� tries, correct and cvmplem copy of the original Favor of Atari ham mid Forms: dAmome hit not been revokd Or msemded G t anal Mm Me mnhorrry of the AaemeY-w-Fart sit torah therein who ommed Me band in undertaking to which this Power d C Q Attrmey, is matched. is on MU face and effect as ofMis dine. G ` Givm under my bind and sW of the Company, On_day of 3 ` (So* Nieces P. Fite Docusign Envelope ID 3D9564EE-C4040A MDF-CD349733145C IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htto:llwww.tdi.state.tx.us E-mail: ConsumerProtection(dtdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 I 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 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 b. Each Occurrence:: NONE 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 104387 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 104387 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 104387 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or catalog 31 numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, if a reduction in cost or time results, it will 46 be documented by Change Order. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 1 4. Substitution will be rejected if. 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the Developer's opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City's or Developer's opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: Imo. 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: 11 Reason for Substitution: 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 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended as noted Firm Not recommended Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Recommended Received late Chapel Hill West Phase 1 City Project No. 104387 013119-1 DAP PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. 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 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 J. Questions or Comments 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 013300-1 DAP SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13 -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. 1. 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 1. 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August, 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 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) 1. 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 1. 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 £ 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. 2. 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August, 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D. Johnson 13 1040 1XI] Wy 014011130 Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August, 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August, 30, 2013 1 2 3 4 Date: EXHIBIT B FORT WORTH DOE NO. xxxx Project Name: 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 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) C630 MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised August, 30, 2013 014523-1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to the City's document management system, or another form of 38 distribution approved by the City. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 014523-2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 29 30 DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 I SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised July 1, 2011 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 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 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 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. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 DAP PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is available through the City's website at: 16 1. httns://anus.fortworthtexas.2ov/ProiectResources/ and following the directory path: 17 02 — Construction Documents\Standard Products List 18 B. Only products specifically included on City's Standard Product List in these Contract 19 Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City's Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the City's Standard Product List. 26 D. Although a specific product is included on City's Standard Product List, not all 27 products from that manufacturer are approved for use, including but not limited to, that 28 manufacturer's standard product. 29 E. See Section 0133 00 for submittal requirements of Product Data included on City's 30 Standard Product List. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 016000-2 DAP PRODUCT REQUIREMENTS Page 2 of 2 1 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. 9 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS SNOT USED 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 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 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement' will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 7 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 �I%=;701y01;7Die cyOky 2 A. Definitions 3 1. Construction Survev - The survey measurements made prior to or while 4 construction is in progress to control elevation, horizontal position, dimensions and 5 configuration of structures/improvements included in the Project Drawings. 6 2. As -built Survev —The measurements made after the construction of the 7 improvement features are complete to provide position coordinates for the features 8 of a project. 9 3. Construction Staking — The placement of stakes and markings to provide offsets 10 and elevations to cut and fill in order to locate on the ground the designed 11 structures/improvements included in the Project Drawings. Construction staking 12 shall include staking easements and/or right of way if indicated on the plans. 13 4. Survev "Field Checks" — Measurements made after construction staking is 14 completed and before construction work begins to ensure that structures marked on 15 the ground are accurately located per Project Drawings. 16 B. Technical References 17 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 18 website) — 01 71 23.16.01— Attachment A Survey Staking Standards 19 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 20 on City's Buzzsaw website). 21 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 22 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 23 Surveying in the State of Texas, Category 5 24 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 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. 46 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 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 iT4 71 71 lw► 9 ZI] basis] V 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 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 .0.1 ft 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at anytime a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised February 14, 2018 017423-1 DAP CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 1/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 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. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 PX 23 24 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Chapel Hill West Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 104387 Revised April 7, 2014 GC-4.02 Subsurface and Physical Conditions Page 1 of 1 GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS Chapel Hill West Phase 1 City Project No. 104387 ALPNA TESTING WHERE IT ALL BEGINS June 9, 2022 Geotechnical Construction Materials Environmental TBPE Firm No. 813 GRBK Edgewood, LLC 2805 North Dallas Parkway, Suite 400 Plano, Texas 75093 Attention: Mr. Brian Hunnicutt Re: Pavement Recommendations Chapel Hill West Off Mulkey Lane and Cleveland Gibbs Road Fort Worth, Texas ALPHA Report No. W213383-A 5058 Brush Creek Road Tel: 817-496-5600 Fort Worth, Texas 76119 Fax: 817-496-5608 www.alphatesting.com Submitted herein are the recommended pavement sections for public streets of the proposed subdivision (Chapel Hill West) on a tract of land generally located on the south side of South Bonds Ranch Road, about one mile west of Business US 287, in Fort Worth, Texas. This study was authorized by Mr. Bobby Samuel on November 5, 2021 with the Professional Services Consulting Agreement between GRBK Edgewood, LLC and Alpha Testing, LLC and performed in accordance with ALPHA Proposal No. 87487 dated November 5, 2021. Recommendations for foundations are issued under ALPHA Report No. W213383 dated May 27, 2022. 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 ALPHA TESTING, LLC (ALPHA) to evaluate for the GRBK Edgewood, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. 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. ALPHA Report No. W213383-A The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 28-day Concrete Compressive Strength (psi) Subgrade Treatment Application Rate (lbs per sq yd) Reinforcing Bar No. Reinforcing Bar Spacing (in) 6 7'/2 10 3,600 3,600 3,600 6 inches Lime 8 inches Lime 8 inches Lime 32 42 42 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. Forty-four (44) test borings were drilled to a depth of about 20 ft and forty-three (43) test borings were drilled to a depth of about 15 ft. The approximate location of each test boring is shown on the attached Boring Location Plan, Figure IA and 113. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: 2 ALPHA Report No. W213383-A #X • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • Sulfate Content (TX-145-E Part II) • Lime Series (Plasticity Index vs. Lime Content) GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site is situated at the mapped interface of the undivided Fort Worth Limestone and Duck Creek formation and the Kiamichi formation. These formations generally consist of limestone and marl (limey shale) with residual clay overburden soils. The clay soils from these geological units are generally characterized by low to high shrink/swell potential. Subsurface conditions can be highly variable at geological interfaces. Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 1 ft to 6 ft below ground surface underlain by weathered limestone, limestone, and/or shale extending to the 15 ft and 20 ft termination depths of the borings. Clay and/or shaly clay extending to the 15 ft and 20 ft termination depths was encountered in Borings 45, 50, 51, 71, 75 and 84. Layers of weathered limestone and/or limestone about 2 ft to 13 ft thick were encountered between the clay layers in Borings 12, 59, 65, 66, 67, 72 and 79 at depths of about 2 ft to 5 ft below ground surface. Subsurface conditions encountered in Borings 24, 39, 42, 44, 49, 58 and 77 consisted of alternating layers of clay, limestone and shale to the 15 ft and 20 ft termination depths of the borings. Limestone extending to the 15 ft and 20 ft termination depths was encountered in Borings 2, 3, 4, 7, 14 and 25. The upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, was visually classified as fill material. Possible fill material was also encountered in Borings 1, 5, 6, 8, 10, 11, 12, 13, 15, 17, 19 through 22, 24, 26 through 32, 35, 39, 43 and 44 to depths of about 1 ft to 4 ft below ground surface. More detailed stratigraphic information is presented on the attached Log of Boring Sheets. The granular materials (clayey gravel) encountered in preliminary borings are considered relatively permeable and are anticipated to have a relatively rapid response to water movement. However, the clay, shaly clay, weathered limestone, limestone and shale encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was not encountered in the borings at the time of this study. However, it is common to encounter seasonal groundwater in fill and granular materials, from natural fractures within the clayey matrix, at the soil/rock (limestone and/or shale) interface or from fractures in the rock (limestone and/or shale), particularly during or after periods of precipitation, 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 ALPHA Report No. W213383-A #X ENGINEERING ANALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Suburade 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, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively and mixed with a minimum 32 lbs per sq yard of hydrated lime (by dry soil weight) for Residential Urban streets and 42 lbs per sq yard for Collector and Arterial streets in conformance with TxDOT Standard Specifications Item 260. The recommended application rate equates to about 7 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 2b). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at/or below 15. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on -site lime stabilized clay cuttings, on -site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades could experience soil -related potential seasonal movements of more than about 6 inches depending on the depth of limestone from final grade as discussed in the referenced foundation report (ALPHA Report No. W213383). 4 ALPHA Report No. W213383-A #X 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 3,600 psi at 28 days • Modulus of Elasticity 4,000,000 psi • Modulus of Rupture 620 psi • Modulus of Subgrade Reaction* 280 pci • Load Transfer Co -efficient 3.0 • Drainage Coefficient 1.0 • Initial PSI 4.5 • Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) • Standard Deviation 0.39 • Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban Street pavement to be about 930,000. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 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. 5 ALPHA Report No. W213383-A Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7'/2-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 4.5 ± 1.5 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 24 samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample Boring Depth, Material Type Soluble Sulfate, No. No. ft m /K m g g DPP ) 1 1 0-2 Tan Clay 63 2 8 0-2 Tan Clay 40 3 9 4-5 Tan Clay 66 4 15 0-2 Tan Clay 65 5 16 2-4 Tan Clay 19 6 17 0-2 Tan Clay 56 7 20 0-2 Tan Clay 14 8 21 0-2 Tan Clay 62 9 26 0-2 Tan Clay 46 10 28 0-1 Tan Clay 43 11 29 0-2 Dark Brown Clay 57 12 33 0-2 Dark Brown Clay 53 13 37 2-4 Dark Brown Clay 37 14 38 0-1 Dark Brown Clay 54 15 40 0-2 Dark Brown Clay 43 0 ALPHA Report No. W213383-A #X TABLE B Soluble Sulfates 16 42 0-2 Dark Brown Clay 59 17 51 2-4 Dark Brown Clay 48 18 52 0-1 Dark Brown Clay 48 19 56 0-2 Dark Brown Clay 57 20 61 0-1 Dark Brown Clay 56 21 66 2-4 Dark Brown Clay 49 22 73 0-2 Dark Brown Clay 48 23 81 0-1 Dark Brown Clay 52 24 84 2-3 Light Brown Clay 50 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading As discussed in Section 5.0 (ALPHA Report No. 213383), the upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, was visually classified as fill material. Possible fill material was encountered in Borings 1, 5, 6, 8, 9, 10, 11, 12, 13, 15, 17, 19, 20, 21, 22, 24, 26, 27, 28, 29, 30, 31, 32, 35, 39, 43 and 44 to depths of about 1 ft to 4 ft below ground surface. Although not encountered in the borings, existing fill materials could also contain organics, boulders and other debris which could be encountered during site grading and general excavation. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. 7 ALPHA Report No. W213383-A #X Limestone was encountered at the surface in several of the borings and will likely be encountered during general excavation and grading 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 their 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 horizontals 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. 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 ALPHA Report No. W213383-A #X 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 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. 9 ALPHA Report No. W213383-A #X 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 I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Free groundwater was not encountered during drilling for this study. However, groundwater was encountered during the preliminary study in Borings 3, and 7 through 12 at depths of about 2 ft to 12 ft below the ground surface. From our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous 10 ALPHA Report No. W213383-A #X materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives) and is related solely to design of the specific structures outlined on the cover page of this report. No parry other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such parry shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 11 ALPHA Report No. W213383-A CLOSING All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, LLC Karina Cohuo Geotechnical Project Manager GSF/tla Copies: (1-PDF) Client SO F :...........: *+I+l GREGORY S. FAGAN V 116518 ,'. June 9, 2022 Gregory S. Fagan, P.E. Senior Geotechnical Engineer Attachments: Boring Location Plan — Figure I and I Mechanical Lime Series — Figures 2A and 2B WinPAS Analysis Results Log of Borings Key to Soil Symbols and Classifications 12 RIM 1 r M IN-9 �i 5WAd :� I � ; .� r a f ti •' � L . ti--_� f - ti �=- � 5 11PNa JOLIES1101 rr ALPHA p TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials . Environmental • TBPE Firm No. 813 70 65 60 55 50 45 �{ 40 \EL- 35 30 25 20 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W213383 Date: 05/26/22 % Lime 0% 4% 6% 8% 10% PI 45 20 16 13 10 15 10 \R 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 ALPHA p TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials . Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W213383 I Date: 05/26/22 % Lime 0% 4% 6% 8% 10% PI 38 18 14 11 8 70 65 60 55 50 45 40 EL- 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 213 Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 5.91 inches Load Transfer, J Design ESALs 930,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.00 Thursday, April 23, 2015 1:12:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 7.52 inches Load Transfer, J Design ESALs 3,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.25 Thursday, April 23, 2015 1:11:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 9.87 inches Load Transfer, J Design ESALs 13,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.50 Thursday, April 23, 2015 1:09:59PM Engineer: ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/10/2021 End Date: 6/10/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown and Tan CLAY - FILL jGray and Tan CLAY with calcareous clay j_5 Tan LIMESTONE with clay seams and layers Gray LIMESTONE 10 15 TEST BORING TERMINATED AT 15 FT 20 2.0 Hammer Drop (lbs / in): 170 / 24 o S .4 d E a) ;= _ x N� >� 3 �' o Y u E 6L IDS N m� w C O J o J .2 y a o� oCO (J� a° o c a� p�� U n •2 3 (n U x � o� o a Z J o Ha a- 100/ 0.5" 100/ 15.0 k 1.01, 0.5 21 4.5+ 2.0 116 14 4.0 22 48 21 27 1.3 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/10/2021 End Date: 6/10/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Tan CALCAREOUS CLAY with limestone fragments Tan and Gray LIMESTONE _5 Gray LIMESTONE _10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 o S 2 d E a) ;= _ x N� > 3 �' o Y u E 6L �' a� N m w & C O J o J .2 y a o� oZ a° o c a� p�� U (n U x� o� o a Z J o Ha a- 4.0 14 30 14 16 1.0 8.0 100/ 5.0" 6 100/ 6 1.0" 100/ 15.0 , 0.51, ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 3 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W21 161 0 WHERE IT ALL BEGINS www.alphatesting.com Client: Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Project: Chapel Hill West Surface Elevation: Start Date: 6/9/2021 End Date: 6/9/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): 12 oZAfter Drilling (ft): 10 O 7After Hours (ft): MATERIAL DESCRIPTION Tan and Brown CALCAREOUS CLAY with limestone fragments - FILL 5 _10_ _15_ 20 LA Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 ft Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x N� >C1 3 �o Y L)E 6L �a� N m� w C O J o J .2 y a o� o� a° o c aN p�� U (n CU U CD x o� o a Z J o Ha a- 1 3.0 18 100/ 3.5" 100/ 5.5" 100/ 20.0 , 0.5" 3.5 17 36 17 19 0.0 3.0 16 ALPHA /TESTING WHERE IT ALL BEGINS Client: Meritaqe Homes of Texas, LLC - DF Project: Chapel Hill West Start Date: 6/10/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION FTan CALCAREOUS CLAY with limestone fragments Tan WEATHERED LIMESTONE with clay seams and layers 5 Gray LIMESTONE 10 15 TEST BORING TERMINATED AT 17 FT 20 5058BrushCreekRd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com W Location: Fort Worth, TX Surface Elevation: 6/10/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 d o S .4 E a);= _ x o U� c' E E c o °0 a)0 3 Y 6L N w C J J y a °W oZ a° o c a� p�� Ha a- Z 4.5+ 2.0 121 13 30 15 15 2.0 74 9.0 100/ 1.25" 100/ 17.0 L 0.5" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 5Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/10/2021 End Date: 6/10/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION — Tan and Brown CLAY - FILL j Tan and Gray CLAY 5 Tan LIMESTONE with clay seams and layers _10 15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 o S 2 d E a) ;= _ x N� > 3 �' o Y u E 6L �' a� N m w & C O J o J .2 y a o� oZ a° o c a� p�� U (n U x� o� o a Z J o Ha a- 1 0.25 24 2.0 23 4.0 5.0 3.0 18 33 15 18 0.1 100/ 0.75" 100/ 15.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Light Brown and Tan CLAY - possible fill Tan LIMESTONE with clay seams and layers _5 _10 Gray LIMESTONE 15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (Ibs / in): 170 / 24 oS .4 d E a) t _ x N� >� 3 �' o Y u E 6L IDS N m� w C O J o J .2 y a o� oCO (J� a° o c a� p�� U n •2 3 (n U x � o� o a Z J o Ha a- 1 0.5 29 39 19 20 3.0 100/ 1.25" 100/ 0.75" 12.0 100/ 15.0 , 1.01, 1.5 23 M ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): 2 & 12 oZAfter Drilling (ft): 14 O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAYEY GRAVEL Tan LIMESTONE with clay seams and layers _5 _10 Gray LIMESTONE 1 15_ TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 170 / 24 d o S 2 E a) ;= _ x o 0t6 c'� E E c o N� 3 Y 6L N w C J J y > �' o u E �' a� m O 7o .2 a o� o� a° o c aN p�� U in .� 3 CU CD X c °— o° i= m � o `� Ha a- Z 14 100/ 0.5" 100/ 1.5" 12.0 100/ 15.0 , 0.5" 5058BrushCreekRd. BORING NO.: 8 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W21 161 0 WHERE IT ALL BEGINS www.alphatesting.com Client: Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Project: Chapel Hill West Surface Elevation: Start Date: 6/8/2021 End Date: 6/8/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -•E .4 _ x w SZOn Rods (ft): 6 >+ �� �'°' �� _ E o s 1After Drilling (ft): 1 �o 3 o Y o f �� O a, mo L,Q c o -o .2 O- o O" m 7After Hours (ft): a> U O E N v D_ OL C D_ N C)`�-' U �, m 3 cn mo o' o J MATERIAL DESCRIPTION Dark Brown and Light Brown CLAY with limestone 1 fragments - FILL — 1.75 32 — 1.0 23 — 5 1.25 23 57 19 38 0.0 — 14 _ 8.0 Tan LIMESTONE with clay seams and layers 100/ — 10 0.5" , _ 12.0 Gray SHALE with limestone seams and layers 00/ — 15 2.25.25" , 100/ _20 20.0 , 1.25" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Meritaqe Homes of Texas, LLC - DF Project: Chapel Hill West Start Date: 6/9/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): 2 oZAfter Drilling (ft): 3 O 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 1 5 10 Gray LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com W Location: Fort Worth, TX Surface Elevation: 6/9/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w & C J O -o J .2 y a oW o� a° o c a� C)— U (n CU � x� o- o a Z J a_ T Ha a- 1.0 32 1.0 100/ 2.25" 100/ 10.0 , 2.0" 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): 2 Drilling (ft): 12 oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan CLAY with calcareous deposits Light Brown, Gray and Tan SHALY CLAY with 5 calcareous layers 10 Tan LIMESTONE with clay seams and layers 1 _15_ 20 TEST BORING TERMINATED AT 20 FT 2.0 4.0 10.0 Hammer Drop (lbs / in): 170 / 24 o S .4 d E a) ;= _ x N� >C1 3 �o Y� uE 6L �a� N m� w & C O J -o J .2 y a oW o� a° o c aN p�� U (n CU U x� oU o a Z C J o Ha a- 1 1.0 30 100/ 0.5" 100/ 20.0 , 1.5" 3.5 19 53 18 35 0.3 20 25 4.5+ 22 72 24 48 1.1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): 9 Drilling (ft): 17 oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY 2.0 Brown CLAY _ 5 5.0 Brown LIMESTONE with clay seams and layers 10 12.0 _ jTan and Gray SHALY CLAY with limestone fragments 15 i 1 17.0 Gray LIMESTONE with shale seams and layers Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �' 5 �> w OC -Jo .Jo2 a oW o a 5i •y2�o 3 n x �� o oa Z JU Ha a- 1 2.5 20 25 14 11 2.0 18 1.5 19 100/ 1.0" 100/ 3.0" 3.5 29 79 26 53 0.0 100/ _20 20.0 L 1.25" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W21 161 0 www.alphatesting.com Client: Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Project: Chapel Hill West Surface Elevation: Start Date: 6/9/2021 End Date: 6/9/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -o•E 2 E - a> t _ x SZOn Rods (ft): 13 T N U� �� �� E E C — c ZAfter Drilling (ft): DRY �o 3 Y o �� a, a c v 7After Hours (ft): a E OW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jDark Brown CLAY — 1.5 0.7 95 26 _ 2.0 Light Brown and Tan CLAY with limestone seams and layers — 2.25 16 — 5 3.0 23 4.0 16 51 18 33 2.7 — — 3.0 26 10 10.0 Tan LIMESTONE with clay seams and layers 100/ 1.5" _ 13.0 Gray SHALE with limestone seams and layers 100/ — 15 , 0.75" 100/ 20 20.0 , 2.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with calcareous nodules- Possible Fill Tan LIMESTONE with clay seams and layers 5 _10 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J y a OW oZ a° o c a� p�� (n UCU a)) af x� � o� o a Z J o Ha a- 4.0 12 3.5 10 43 16 27 4.0 100/ 3.50" u 100/ 20.0 k 2 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ 15 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 10 100/ 3.50" 9.0 Gray LIMESTONE with shale seams L 100/ 3" TEST BORING TERMINATED AT 15 FT 100/ 15.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10— _15_ _20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o u E e O -o .2 a oW oZ a° o c a� V) � x OU - o O Z J D_ Ha a- 100/ 3" 11 14.0 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ 15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o c a� V) � x OU - o O Z J D_ Ha a- 12" 15.0 , 100/ 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 5 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 5Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 2.5 11 4.0 13 28 13 15 4.0 100/ 1.75" 100/ 15.0 L 1.2 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 4.5+ 3.8 122 11 4.5+ 13 61 19 42 5.3 4.0 100/ 2.25" 100/ 15.0 , 0.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ 15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x e a > oW o oZ u E a° o c a� O -o .2 (n CU U x� oU o a Z C J o Ha a- 9 100/ 2.25" 100/ 15.0 , 0.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION F®R Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 7 33 14 19 2.0 100/ 1.75" 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan CLAY with limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 1 10 50 20 30 2.0 5.0 100/ 15.0 , 1.25" 4.0 13 29 13 16 0.4 4.25 11 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seam and layers _5 Gray LIMESTONE with shale seams _10_ 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 0 9 30 13 17 1.0 100/ 1.75" 100/ 15.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION j Brown CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o -SC: a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 4.5+ 16 61 22 39 2.0 u 18.0 100/ 2.25" 100/ 20.0 0.25" 5058BrushCreekRd. BORING NO.: 12 ALPHA , TESTING Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fox: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments - Possible Fill Tan WEATHERED LIMESTONE 5 Tan CLAY with limestone fragments 10 j j 15 j TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� N� >� ag3 o Y uE 6L �'a� N mc, w e C O J -o J .2 y a o� o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 4.5+ 16 10 49 18 31 4.0 15.0 3.0 HI7 M 15 43 17 26 0.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION F®R Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 10 35 17 18 2.0 u 17.0 100/ 1.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ 15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E e O -o .2 a oW oZ a° o c a� V) � x OU - o O Z J D_ Ha a- 12" 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 155 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 3.5 9 4.0 15 41 18 23 0.8 4.0 100/ 2.25" 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/28/2021 End Date: 12/28/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - FILL X X X X X X X X X X 5 X X X X X X X X X X X X X — —X X X 10X X X X X X X X X X X X X 15 X X X X X X X _ J 20 00 Tan LIMESTONE fragments with gravel - FILL Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E O -o .2 a oW oZ a° o c a� V) � x OU - o O Z cd J D_ Ha a- 4.0 11 3.0 12 4.0 100/ 66 9.75" u 17.0 Dark Brown CLAY 4.25 24 70 24 46 0.1 20.0 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/28/2021 End Date: 12/28/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5 10 _15 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 4.0 14 10 35 16 19 11 u 13" 100/ 20.0 , 2.5" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 5 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 3.0 1.3 108 16 4.5+ 11 48 17 31 3.5 4.0 12" 100/ 15.0 L 1.5 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION F®R Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 4.5+ 12 36 17 19 2.0 100/ 1.50" 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/28/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5_ 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/28/2021 West: GER North: Hammer Drop (Ibs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C J O -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 2.75 12 2.0 100/ 1.75" 13.0 100/ 15.0 66 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 21 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/28/2021 End Date: 12/28/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x N� >� ag3 o Y uE 6L �'a� N mc, w e C O J -o J .2 y a o� o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 4.5+ 13 11 31 17 14 100/ 1.50" 100/ 15.0 L 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/28/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION F®R Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 22 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/28/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 4.5+ 12 47 19 28 2.0 100/ 5.25" 100/ 15.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 23 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - FILL Tan LIMESTONE Fragments with mixed clays 5 - FILL 10 Dark Brown CLAY _15 Tan LIMESTONE with clay seams and layers _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c o� (n CU U x� oU o a Z C J o Ha a- 4.5+ 13 4.5+ 14 47 18 29 4.0 13" 180/ 01. 13.0 4.5+ 13 47 19 28 0.8 16.0 100/ 20.0 , 3„ ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/14/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown CLAY wih limestone fragments - Possible fill Tan FRACTURED LIMESTONE with clay seams and layers - Possible fill 20zo Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 24 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/14/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 10 38 18 20 1.0 4.0 2.75" 175 9 6.0 15.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ 15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 4.5+ 9 100/ 1.75" 100/ 15.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10_ 15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a-� 100/ 4.50" 9.0 100/ 1.25" 15.0 4.5+ 13 50 19 31 0.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/14/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION FTan CLAY - Possible Fill Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 27 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/14/2021 West: GER North: Hammer Drop (Ibs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n � x� o- o a Z J a_ T Ha a- 4.5+ 11 43 18 25 2.0 100/ 15.0 JL 0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/14/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Tan CLAY - Possible Fill Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/14/2021 West: GER North: Hammer Drop (Ibs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o c a� p�� U (n � x� o- o a Z J a_ T Ha a- 4.5+ 11 1.0 100/ 1.50" 15.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/15/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/15/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 >C1 3 :b Y uE 6L N �a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 16 2.0 12" 16.0 1.1 20.0 L 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 30 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION F®R Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- . 4.5+ 7 29 15 14 100/ 0.50" 11.0 100/ 15.0 L 1.2 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/15/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION F®R Dark Brown CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/15/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 10 49 18 31 2.0 100/ 1.25" 13.0 100/ 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 32 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments - Possible Fill j Tan LIMESTONE with clay seams and layers 5 _10 15 TEST BORING TERMINATED AT 15 FT 20 4.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 100/ 0.75" 15.0 L 100/ 100/ 4.5+ 7 12 46 19 27 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 33 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 2.0 3.0 12.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D c,>o w -Jo .Jo2 y2Za aoW °oa04 c 0— UOC n 3 n CU x oUZC a JU Hag a -a 4.5+ 13 4.5+ 7 43 18 25 100/ 1.50" 100/ 15.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 34 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o -SC: a� (n CU U x� oU o a C J o Ha a- m10 57 20 37 13.0 15.0 , 100/ 1.50" 100/ 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 35 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules - Possible Fills j Tan LIMESTONE with clay seams and layers _5 10 Tan WEATHERED LIMESTONE with clay seams and layers _15 Gray SHALE 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 3.0 11 13.0 18.0 20.0 -f 100/ 1.50" 59/ 12" 4.5+ 14 47 18 29 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/16/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION FDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/16/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 2.3 108 12 45 18 27 2.0 100/ 1.75" 13.0 100/ 15.0 66 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules 5 Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 1 4.0 22 2.0 4.0 100/ 15.0 L 1.2 4.5+ 9 4.5+ 6 32 17 15 0.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o -SC: a� (n CU U x� oU o a C J o Ha a- m 6 2.0 100/ 1" 100/ 15.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments - Possible Fills Tan LIMESTONE with clay seams and layers 5 10 jGray SHALY CLAY 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 9 1.0 100/ 0.50" 10.0 4.5+ 15 61 22 39 15.0 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/15/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/15/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C O J -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 17 53 22 31 2.0 100/ 2.75" 72/ 15.0 , 12" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 41 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION FDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 2.0 13.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 13" 100/ 1.25" 4.5+ 8 42 19 23 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/16/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestome fragments Tan LIMESTONE with clay seams and layers Tan CLAY _5 Tan LIMESTONE with clay seams and layers _10_ Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 42 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/16/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 13 2.0 4.0 5.0 4.5+ 12 36 16 20 0.4 100/ 1.50" 13.0 100/ 15.0 66 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 43 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments - Possible Fill j Tan WEATHERED LIMESTONE with clay seams and layers _5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 4.0 17 3.5 18 42 17 25 0.0 11 53/ 12" 17.0 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/16/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION F®R Dark Brown CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5 — j Tan CLAY 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 44 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/16/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) ;= _ x a)0 > 3 �:o Y uE 6L N �'a� mc, w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 12 49 17 32 2.0 15" 13.0 100/ 15.0 66 1.50" 4.0 24 64 24 40 1.7 4.5+ 15 ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 45 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/15/2021 End Date: 12/15/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan CLAY 10 Tan CLAY with limestone fragments _15� j j j 20 / TEST BORING TERMINATED AT 20 FT 8.0 10.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >C1 3 .o Y uE 6L �a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 4.5 23 4.5+ 10.1 104 18 66 21 45 4.5+ 18 4.5+ 14 4.5+ 14 64/ 5 64/ 20.0 1 3.5 27 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 46 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layerd 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x e a > oW o oZ u E a° o -SC: a� O -o .2 (n CU U x� oU o a Z C J o Ha a- . 2.5 25 64 21 43 100/ 1.25" 100/ 15.0 , 1.50" 15 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 47 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous pebbles Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 2.0 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o -SC: a� (n CU U x� oU o a Z C J o Ha a- 1 4.5+ 13 100/ 66 2.75" n 100/ 10.0 66 1.25" 15.0 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 48 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x a > oW o oZ u E o -SC: a� e O -o .2 a° oU o a J o (n U x� Ha Z C a- # 8 100/ 15.0 , 0.75" 4 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/17/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Brown SHALE _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 49 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/17/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� >C1 3 :b Y uE 6L N �a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 16 2.0 100/ 10.0 , 1.75" 15.0 -f 14 100/ 8 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/17/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Brown and Gray CLAY with calcareous deposits 5 10 Brown CLAY _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 550 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/17/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o c a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 3.5 26 4.0 4.0 15 4.5+ 16 52 19 33 4.0 16 13.0 100/ 14 15.0 665 ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 51 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/20/2021 End Date: 12/20/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY _5 / Brown CLAY with limestone seems 10 _15 Light Brown CLAY with limestone fragments 20 TEST BORING TERMINATED AT 20 FT 5.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a-� 4.25 20 67 22 45 4.5+ 14.1 105 13 4.5+ 10 6 125 5 3.25" 45/ 7 15.0 , 12" 20.0 4.0 5.1 119 15 0.3 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 52 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o -SC: a� (n CU U x� oU o a Z C J o Ha a- . 4.0 15 2.0 100/ 1" 52/ 15.0 , 12" it ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/23/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 53 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/23/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 10 2.0 100/ 0.25" 10.0 100/ 15.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/17/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 54 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/17/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 3.0 12 2.0 125 2.25" 6 100/ 15.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: rJ55 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 3.0 14.0 15.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 1 10 44 19 25 100/ 2.25" 100/ 0.50" 9 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/20/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 56 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/20/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 2.0 20 2.0 6 100/ 1.75" 100/ 15.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 57 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments LIMESTONE with dark brown clay Tan LIMESTONE with clay seams and layers 5 10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x a > oW o oZ u E o c a� e O -o .2 CU a° oU o a J o (n U x� Ha Z C a- . 4.0 22 2.0 3.0 100/ 1.25" 100/ 15.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/20/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 jBrown and gray CLAY 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 58 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/20/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.0 23 2.0 6 100/ 1" 7.0 3.0 22 4.0 19 66 21 45 10.0 100/ 9 15.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 59 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers jLight Brown CLAY 10 15 20 / TEST BORING TERMINATED AT 20 FT M- 1 20.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x e a > oW o oZ u E a° o c a� O -o .2 (n CU U x� oU o a Z C J o Ha a- . 3.0 23 3.0 6 17 4.0 6.0 106 23 69 23 46 4.5 17 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 60 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x e a > oW o oZ u E a° o -SC: a� O -o .2 (n CU U x� oU o a Z C J o Ha a- . 2.5 18 2.0 100/ 0.75" 15.0 12 13" 9 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/17/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 1 Light Brown CLAY with calcareous deposits — Tan LIMESTONE with clay seams and layers 5 _10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 61 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/17/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 d o.S E a)t _ x N� 3 Y 6L N w C J J y a °W oZ a° o c a� p�� Ha a- Z 13 2.0 4.5+ 9 44 19 25 4.0 100/ 2.25" 100/ 15.0 L 1.2 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/17/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous pebbles Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 62 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/17/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 12 2.0 6 12" 100/ 10.0 , 1.25" 15.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/21/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 63 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/21 /2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C J O -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 4 1.0 5 100/ 1.75" 100/ 10.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/20/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 64 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/20/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� > 3 �:o Y uE 6L N �'a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J a_ T Ha a- 4.5+ 9 2.0 100/ 1.25" 15.0 100/ 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/20/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with rocks Tan LIMESTONE with clay seams and layers _5 jLight Brown CLAY with rocks _10 15 20 / TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 65 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/20/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x N� >C1 3 Y uE 6L N �a� mc, w e C J O -o J .2 y a OW :b oZ a° o c a� p�� U CU � x� o- o a J a_ T (n Ha a- Z 3.25 19 4.25 8 3.0 12 8.0 58/ 12" 4.5+ 17 57 21 36 0.4 4.5+ 20 20.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 66 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone pebbles j, 5 Brown LIMESTONE with clay seams and layers 10 j Light Brown and Gray CLAY with calcareous deposits 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 1 4.0 23 4.5+ 17 5.0 4.5+ 12 57 20 37 10 100/ 10 10.0 , 3.50" 2.0 1.0 102 25 4.0 1.8 111 16 20.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 15 Brown CLAY with limestone 201� TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 67 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o -SC: a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 4.5+ 10 46 20 26 2.0 100/ 0.50" 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 68 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with tan clay _5 10_ Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x a > oW o oZ u E o -SC: a� O -o .2 a° OU o O J D_ V) � x Ha - Z cd a- . 4.0 11 2.0 4 125 4 2.25" 10.0 12 100/ 15.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 69 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Light Brown LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x a > oW o oZ u E o -SC: a� e O -o .2 CU a° oU o a J o (n U x� Ha C a- m 10 2.0 100/ 1.25" 13.0 100/ 15.0 66 2 15 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 70 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/21/2021 End Date: 12/21/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY LIMESTONE fragments — 7111 Tan and Gray CLAY with calcareous nodules j 5 j 10 Tan CLAY with limestone fragments 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 2.0 3.0 70/ 10.0 hL 9„ 100/ 15.0 , 4.50" 4.0 16 4.5+ 11 4.0 20 43 19 24 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 71 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone seams / Tan CLAY with limestone Light Brown CLAY with limestone fragments 5 Light Brown and Gray SHALY CLAY 10 15 20 / TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x N� >C1 3 .o Y uE 6L �a� N mc, w e C O J -o J .2 y a o o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 3.0 29 2.0 12 3.0 20.0 4.0 13 4.0 10 3.5 21 3.75 25 68 24 44 0.4 4.5+ 22 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 72 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone seams Tan LIMESTONE with clay seams and layers 5 — j Light Brown and Gray CLAY Light Brown and Gray CLAY with limestone _10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- . 4.5+ 22 2.0 6 100/ 5.0 1.5 / 8.0 3.5 20 56 18 38 100/ 16 4.50" 4.25 16 15.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/21/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 73 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/21 /2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C J O -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 3.25 8 2.0 6 9 100/ 10 1.50" 100/ 7 15.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 74 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous nodules Gray LIMESTONE with shale seams _5 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x a > oW o oZ u E o -SC: a� e O -o .2 CU a° oU o a J o (n U x� Ha Z C a- 9 2.0 5 100/ 0.50" 100/ 16 15.0 , 2.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 75 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY 5 j j 10, Brown CLAY with limestone fragments 15 / Dark Brown CLAY with limestone fragments 20 TEST BORING TERMINATED AT 20 FT 4.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >C1 3 .o Y uE 6L �a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- 1 4.25 19 4.5+ 18 69 22 47 4.5+ 12 14 100/ 7 10.0 hL 4.50" .25 17 20.0 L 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 76 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE — 7111 Light Brown CLAY with calcareous nodules =j 5 10 j j/ 15 / TEST BORING TERMINATED AT 15 FT 20 2.0 3.0 15.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D0 >� 3 a) o Y uE 6L �'a� N mc, w e C O J -o J .2 y a oW o� a° o c a04 0— U n •2 3 (n CU U x� oU o a Z C J o Ha a- ■ 2.5 25 4.5 15 36 17 19 1.1 4.0 11 4.5+ 2.2 ill 19 4.25 ICE ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/22/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 jGray CLAY with tan limestone 15 Gray SHALE and limestone 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 77 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/22/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C J O -o J .2 y a oW oZ a° o c a� (n UCU a)) af x� � o� o a Z J o Ha a- 8 2.0 100/ 10.0 , 0.75" 15.0 1 14 59 20 39 100/ 8 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 78 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 13 2.0 100/ 0.50" 100/ 16 15.0 , 4 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/22/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers j Light Brown and Gray CLAY wiwth calcareous 5 / nodules 10 Light Brown and Gray CLAY 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 79 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/22/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C J O -o J .2 y a oW oZ a° o c a� (n UCU a)) af x� � o� o a Z J o Ha a- 3.5 26 2.0 4.0 10.0 4.5+ 14 4.5+ 6.2 116 10 4.5+ 17 55 21 34 4.0 3.1 106 23 4.5+ 17 20.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/22/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone gravel Tan LIMESTONE with clay seams and layers _5 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 80 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/22/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a OW oZ a° o c a� p�� U (n UCU a)) af x� � o� o a Z J o Ha a- 4.25 26 4.5+ 15 61 23 38 4.0 100/ 1.50" 55/ 12 15.0 L 12" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 81 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a oW oZ a° o -SC: a� (n CU U x� oU o a Z C J o Ha a- . 4.25 27 2.0 100/ 1.50" 13.0 100/ 11 15.0 66 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 82 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments 5 Tan LIMESTONE with clay seams and layers _10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E e O -o .2 a OW oZ a° o c a� (n U) W x� oU o a Z C J o Ha a- 1 4.0 27 4.5+ 17 63 24 39 4.5+ 15 6.0 100/ 1.50" 44/ 17 15.0 L 12" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 83 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Light Brown CLAY with limestone fragments _5 10 Gray and Dark Gray LIMESTONE 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE O -o .2 a oW oZ a° o c a� V) � x OU - o O Z cd J D_ Ha a- . 4.5+ 19 75 26 49 2.0 13 9 10 40/ 14 40/ 13.0 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 84 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Light Brown CLAY with limestone fragments Light Brown and Gray CLAY _5 10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x e a > OW o oZ u E a° o 4) 75 c m � a� p�� O -o U .2 n •2 3 V) � x OU - o O Z cd J D_ Ha a- 3 3.5 23 2.0 13 4.0 4.5+ 14 15.0 4.5 18 59 20 39 3.3 4.5 17 4.5+ 20 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 85 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Light Brown CLAY with limestone fragments 5 Light Brown and Gray CLAY with calcareous deposits 10 15 Dark Gray and Light Brown SHALE with clay seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 1 4.0 29 75 27 48 2.0 15.0 20.0 , 100/ 2.75" 4.5+ 17 4.5+ 9 4.5+ 11 4.5+ 13 3.0 19 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 86 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Dark Brown CLAY with limestone fragments 5 Light Brown CLAY with limestone deposits 10 Dark Gray SHALE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o u E O -o .2 a oW oZ a° o c a� V) � x OU - o O Z cd J D_ Ha a-� 4.0 6.0 13.0 15.0 , 4.25 21 62 23 39 4.5+ 6.3 113 13 4.5+ 17 100/ 18 3.50" 100/ 14 1" ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 87 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/23/2021 End Date: 12/23/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Light Brown CLAY with calcareous nodules 5 Light Brown CLAY _10 15 Dark Gray SHALE with gray limestone seams _20 TEST BORING TERMINATED AT 20 FT 2.0 8.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J o Ha a- 1 4.5+ 11 4.5+ 14 4.5+ 15 4.0 10 17" 19 3.75 28 73 25 48 1.1 15.0 8 100/ 20.0 , 1 �� A L P H A #NtTESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1mm S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) p\ GEOTECHNICAL EXPLORATION CHAPEL HILL WEST Off Mulkey Lane and Cleveland Gibbs Road Fort Worth, Texas ALPHA Report No. W213383-revl June 30, 2022 Prepared for: GRBK EDGEWOOD, LLC 2805 North Dallas Parkway, Suite 400 Plano, Texas 75093 Attention: Mr. Brian Hunnicutt Prepared By: ALPHA fNTESTING A Universal Engineering Sciences Company A L P A ^TEST1NG Geotechnical Construction Materials Environmental A Universal Engineering Sciences Company TBPELS Firm No. 813 June 30, 2022 GRBK Edgewood, LLC 2805 North Dallas Parkway, Suite 400 Plano, Texas 75093 Attention: Mr. Brian Hunnicutt Re: Geotechnical Exploration Chapel Hill West Off Mulkey Lane and Cleveland Gibbs Road Fort Worth, Texas ALPHA Report No. W213383-revl 5058 Brush Creek Road TEL: 817.496.5600 Fort Worth, Texas 76119 Fax: 817.496.5608 www.alphatesting.com Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Bobby Samuel on November 5, 2021 with the Professional Services Consulting Agreement between GRBK Edgewood, LLC and Alpha Testing, LLC and performed in accordance with ALPHA Proposal No. 87487, dated November 5, 2021. The purpose of this revision is to provide information on the excluded lots from the previous study. Based on gradingplans, lots in the vicinity of Borings 46, 54, 60, 61, 62, 67, 68, 73, 77, 81 and 84 require cuts of up to 19 ft to achieve final grades. These borings were increased to depths of about 25 ft to 35 ft. This additional work was authorized by Mr. Brian Hunnicutt on May 17, 2022 with ALPHA Proposal No. 8 748 7- 1 dated May 17, 2022. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. Recommendations for public streets will provided in a separate report at a later date. ALPHA TESTING, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, LLC � � I Karina Cohuo Geotechnical Project Manager BJH/kc Copies: (I-PDF) Client OF .....BRIAN J.HOYT...... 115748 June 30, 2022 47�1'/* Brian J. Hoyt, P.E. Regional Manager P� TABLE OF CONTENTS ALPHA REPORT NO. W213383-REVI 1.0 PURPOSE AND SCOPE.................................................................................................... 1 2.0 PROJECT CHARACTERISTICS...................................................................................... 1 3.0 FIELD EXPLORATION.................................................................................................... 2 4.0 LABORATORY TESTS.................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS...................................................................... 2 6.0 DESIGN RECOMMENDATIONS.................................................................................... 3 6.1 Existing Fill............................................................................................................. 3 6.2 Slab -on -Grade Foundations.................................................................................... 4 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zones IV and V 6 6.2.2 Alternative to Plastic Sheeting and Subgrade Improvement in Zones Ill, IVand V.................................................................................................................. 6 6.3 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade .................... 7 6.4 Independent Drilled Piers Associated with Slab Foundations in Deep Fill Areas. 7 6.4.1 Straight -Shaft Piers..................................................................................... 8 6.4.2 Underreamed Piers...................................................................................... 9 6.5 Structural Fill to Reduce Settlement in Deep Fill Areas ......................................... 9 6.6 Drainage and Other Considerations........................................................................ 9 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ........................... 10 7.1 Site Preparation and Grading................................................................................ 11 7.2 Foundation Excavations........................................................................................ 12 7.3 Fill Compaction.................................................................................................... 13 7.4 Utilities..................................................................................................................14 7.5 Groundwater......................................................................................................... 15 8.0 LIMITATIONS................................................................................................................. 15 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figures I and I B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W213383-revl 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for GRBK Edgewood, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. In addition, results of a Preliminary Geotechnical Exploration performed at the site (ALPHA Report No. W211610 dated June 30, 2021) was reviewed as part of this current study. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (Chapel Hill West) on a tract of land located on the south side of South Bonds Ranch Road, about one mile west of Business US 287, in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figures lA and 1B, the Boring Location Plan, in the Appendix. At the time the field exploration was performed, the site consisted of a mostly vacant tract of land with some scattered trees. Existing gas pads were observed at the edges of the site and their associated lease roads were observed within the project area. Historical aerial images available from Google Earth® indicate lots were previously graded in the vicinity of Borings 1 through 32. In addition, these images indicate previous clearing/grading occurred for the construction of the gas pads and associated lease roads in the vicinity of Borings 35, 39, 43 and 44. No information regarding previous development on the site was provided to us. Review of preliminary grading plans prepared by LJA Engineering, INC. (Job No. NT340-0166, Sheet Nos. 52 through 70 dated March, 2022) indicates the site generally slopes down towards the south and southeast about 92 ft (Appx. Elev. 822 ft to Elev. 730 ft). These grading plans also indicate cuts of up to 19 ft and fills of up to 23 ft will be required to achieve final grade in the building pad areas. 1 ALPHA Report No. W213383-revl P� Present plans provide for construction of single-family residences. The new structures are expected to create light loads to be carried by the foundations. We understand the new structures will be supported with slab -on -grade foundations designed for potential movements of 41/z inches. No below -grade slabs are planned. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 87 test borings drilled to depths of about 15 ft to 35 ft. The borings were drilled in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figures IA and 1B, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site is situated at the mapped interface of the undivided Fort Worth Limestone and Duck Creek formation and the Kiamichi formation. These formations generally consist of limestone and marl (limey shale) with residual clay overburden soils. The clay soils from these geological units are generally characterized by low to high shrink/swell potential. Subsurface conditions can be highly variable at geological interfaces. Subsurface conditions encountered in most of the borings generally consisted of clay and/or shaly clay to depths of about 1 ft to 17 ft below ground surface underlain by weathered limestone, limestone, and/or shale extending to the 15 ft to 35 ft termination depths of the borings. Clay and/or shaly clay extending to the 15 ft and 20 ft termination depths was encountered in Borings 45, 50, 51, 71 and 75. Layers of weathered limestone and/or limestone about 2 ft to 13 ft thick were encountered between the clay layers in Borings 12, 59, 65, 66, 67, 72 and 79 at depths of about 2 ft to 5 ft below ground surface. Subsurface conditions encountered in Borings 24, 39, 42, 44, 49, 58 and 77 consisted of alternating layers of clay, limestone and shale to the 15 ft to 35 ft termination depths of the borings. Limestone extending to the 15 ft and 20 ft termination depths was encountered in Borings 2, 3, 4, 7, 14 and 25. The upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, was visually classified as fill material. Possible Pa ALPHA Report No. W213383-revl P� fill material was also encountered in Borings 1, 5, 6, 8, 10, 11, 12, 13, 15, 17, 19 through 22, 24, 26 through 32, 35, 39, 43 and 44 to depths of about 1 ft to 4 ft below ground surface. More detailed stratigraphic information is presented on the attached Log of Boring Sheets. The granular materials (clayey gravel) encountered in preliminary borings are considered relatively permeable and are anticipated to have a relatively rapid response to water movement. However, the clay, shaly clay, weather limestone, limestone and shale encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was not encountered in the borings at the time of this study. However, it is common to encounter seasonal groundwater in fill and granular materials, from natural fractures within the clayey matrix, at the soil/rock (limestone and/or shale) interface or from fractures in the rock (limestone and/or shale), particularly during or after periods of precipitation, 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. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Existing Fill As discussed in Section 5.0, the upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, was visually classified as fill material. Possible fill material was encountered in Borings 1, 5, 6, 8, 9, 10, 11, 12, 13, 15, 17, 19, 20, 21, 22, 24, 26, 27, 28, 29, 30, 31, 32, 35, 39, 43 and 44 to depths of about 1 ft to 4 ft below ground surface. It is not known if existing fill on the site was placed under engineering supervision with compaction records. If compaction records for this existing fill cannot be obtained, it should be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of the slab foundations due to the risk of under -compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed from the building pad areas and replaced with engineered fill in accordance with Section 6.2 or Section 7.3 as applicable. The 3 ALPHA Report No. W213383-revl P� excavated materials may be suitable for reuse as engineered fill provided they are free of organics, boulders, rubble, and other debris. The lateral extent, depth and nature of the existing fill are not known. Test pits could be performed prior to construction to verify the presence, lateral extent, depth, and nature of the existing fill materials. ALPHA would be please to provide this service if desired. 6.2 Slab -on -Grade Foundations Slab -on -grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native soils, on general fill placed as recommended in Section 7.3, on moisture improved soil placed as recommended in Section 6.2.1 or on limestone. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movement occurs in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post - tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab -on -grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab -on -grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I through V and delineated on the Boring Location Plan, Figures IA and 113. Subgrade improvement in the respective Zones (see Figures lA and 1 B) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ESTIMATED POTENTIAL IMPROVEMENT REQUIRED TO REDUCE ZONE MOVEMENT, MOVEMENTS INCHES TO 41/Z INCHES (See Figure 1A and 1B for Zones) Up to about 2'h II Up to about 4'h III Up to about 4'h' IV Up to about 6 No Improvement Required No Improvement Required Cover general fill with plastic sheeting' 4 ft of Moisture Conditioning 4 ALPHA Report No. W213383-revl TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement V I More than 6 1 8 ft of Moisture Conditioning 1 Plastic sheeting (6 to 8 mil thickness) should be placed immediately after grading with general fill for long-term maintenance of the moisture content of the general fill and underlying native soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Potential movements could be about 5 inches in Zone III if plastic sheeting is not placed as recommended. Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a I psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off -site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 45 or less. If the plasticity index of material used to raise the grade is higher than 45, potential movements could be higher than our estimates. Potential movements estimated for slab foundations in Zones IV and V (see Figures IA and 113 for delineation of Zones) are considered outside normal design tolerances without subgrade improvement as presented in Table A. Movement of slab foundations in Zones IV and V could be reduced to not more than about 41/2 inches if the upper 4 ft and 8 ft of on -site soils below final grade, respectively, are improved through moisture conditioning, then covered with an impermeable plastic barrier (polyethylene sheeting) following the recommendations provided in Section 6.2.1. Plastic sheeting placed over general fill in Zone III should be placed in a similar manner as recommended for plastic sheeting in Zone IV and V. In choosing moisture conditioning as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 41/2 inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 41/2 inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within I ft of the existing ground surface. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic ALPHA Report No. W213383-revl P� sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zones IV and V Estimated potential movements of slab foundations in Zones IV and V could be reduced to about 41/2 inches by moisture -conditioning to depths as summarized in Table A. Limestone could be encountered within the recommended depth of moisture conditioning, particularly near zone boundaries. It is not required to over -excavate limestone to install moisture conditioned soil. Moisture -conditioning consists of over -excavating (where necessary) and/or filling with on -site soil that is compacted at a "target" moisture content at least 5 percentage points above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture -conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture - conditioning with on -site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture -conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture -conditioning and placement of the plastic sheeting, estimated movements in Zones IV and V should not exceed about 41/2 inches. The purpose of moisture -conditioning is to reduce the free swell of the moisture - conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the "target" moisture content for moisture -conditioning (estimated at 5 percentage points above the material's optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. 6.2.2 Alternative to Plastic Sheeting and Subgrade Improvement in Zones III , IV and V Due to the presence of shallow limestone across some areas of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to placing plastic sheeting above general fill in Zone III, potential seasonal movements could be maintained at about 41/2 inches or less by raising the grade with low PI material. ALPHA Report No. W213383-revl P� As an alternative to moisture conditioning with plastic sheeting in Zones IV and V, potential seasonal movements could be reduced to about 41/2 inches by placing at least 4 ft and 8 ft of low PI material below final grade, respectively. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. 6.3 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade Tables B and C contains information for design of the post -tensioned, slab -on -grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 21h inches In Zones I Edge Moisture Distance (em), ft Differential Soil Movement (ym), inches TABLE C Edge Lift Center Lift 3.6 6.7 1.4 (swell) 1. 1 (Shrink) PTI Design Parameters Potential Seasonal Movement = 41/ inches In Zone II and after subgrade improvement in Zones III, IV and V as recommended in Section 6.2 Edge Moisture Distance (em), ft Differential Soil Movement (ym), inches Edge Lift Center Lift 3.9 7.5 2.2 (swell) 1.6 (Shrink) 6.4 Independent Drilled Piers Associated with Slab Foundations in Dew Fill Areas Significant thicknesses of fill (more than 17 ft) are planned for slab foundations in some lots in the vicinity of Borings 50, 66, 79 and Boring 11 from the referenced preliminary report. For building pads with planned fills deeper than 17 ft, a system of independent drilled piers should be constructed below the slab -on -grade foundations to reduce the potential for long-term settlements. Lots with more than 17 ft are delineated on the Boring Location Plan, Figures lA and 113, with heavy blue outline. As discussed in Section 5.0, the upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, were visually classified as fill material. The referenced grading plans indicate 10 ft to 12 ft of fill is required in the lots north of Boring 16 and up to 5 ft of fill is required in lots north and west of Boring 13. This would result in total fill depths of up to 29 ft in lots north of Boring 16 and up to 18 ft in some lots north and west of Boring 23. However, historical aerial images also indicate lots have already been formed in these areas. Therefore, actual current grades could be similar to final grades. Since existing fills are relatively deep and grading requirements are not clear in this area, these lots should be 7 ALPHA Report No. W213383-revl P� evaluated for the actual depth of required fill (including replacement of existing uncontrolled fill and new fill required to raise grades) during construction and the need for independent drilled piers. Please Note: Due to the difference in potential movement between the piers and the slab -on -grade foundation, piers should be independent and not structurally connected to the slab -on -grade foundation. In addition, the structural engineer should appropriately design the slab -on -grade to consider the possibility portions of the slab are supported only by the piers in the event the on -site soils shrink/settle and pull away from the slab. Post Tension Institute (PTI) design parameters provided in Section 6.3 of this report are valid only for slab -on -grade systems fully supported on soil and do not take into consideration any portion of the slab or grade beams being fully or partially suspended on piers due to shrinkage or swelling of on -site soils. Differential movements can also occur between the pier supported foundations and connecting flatwork and utilities. This should be considered when designing foundations and connections. Recommendations for straight shaft piers and underreamed piers are provided in Section 6.4.1 and Section 6.4.2, respectively. 6.4.1 Straiuht-Shaft Piers Drilled piers bearing at least 2 ft into limestone or shale can be dimensioned using a net allowable bearing pressure of 10 ksf and skin friction (in compression) of 2.2 ksf. Uplift resistance can be computed using a net allowable skin friction value of 1.9 ksf. The upper 3 ft of limestone/shale should be neglected in computing skin friction. The allowable bearing pressure value has a factor of safety of 3 considering general bearing capacity failure and the skin friction values have a factor of safety of at least 2. Normal elastic settlement of piers under loading is estimated at less than about 1 inch. At least two (2) pier shaft diameters should remain between the bottom of our borings and the bottom of the pier to use the recommended end bearing value. If the minimum clearance is not provided, end bearing should be neglected and the piers designed as friction piles only. In any case, piers should not extend deeper than our borings (20 ft below existing grade before grading). Straight shaft piers should be sufficiently embedded into the limestone and should be designed with full length reinforcing steel to resist the uplift pressure (soil -to -pier adhesion) due to potential soil swell along the shaft from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual in -place moisture content of the soils during construction. It is estimated this uplift adhesion will not exceed about 2.2 kips per sq ft. This soil adhesion is approximated to act uniformly over the portion of the pier shaft in contact with clayey soils to a maximum depth of 12 ft below the ground surface. A reduced uplift adhesion of 1.0 kips per sq ft can be used for the portion of the pier shaft bearing against moisture conditioned soils and an uplift adhesion of 1.6 can be used for general fill below moisture conditioned soil and/or covered with plastic sheeting. 8 ALPHA Report No. W213383-revl 6.4.2 Underreamed Piers Independent drilled piers could consist of underreamed piers with the underream bearing entirely in native clay or on the top surface of limestone below the depth of fill. Underreamed piers can be dimensioned using a net allowable end bearing pressure of 5 kips per sq ft and no skin friction component of resistance. The underream should be situated entirely below the depth of any fill since even properly compacted fill is prone to caving. The recommended bearing pressure contains a factor of safety of at least 3 considering a general bearing capacity failure. Normal elastic settlement of piers under loading is estimated to be less than about 1 inch. Each pier should be designed with full length reinforcing steel to resist the uplift pressure (soil -to -pier adhesion) due to potential soil swell along the shaft from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual in -place moisture content of the soils during construction. This soil adhesion is approximated to act uniformly over the portion of the pier shaft in contact with clayey soils to a maximum depth of 12 ft below the ground surface. A reduced uplift adhesion of 1.0 kips per sq ft can be used for the portion of the pier shaft bearing against moisture conditioned soils and an uplift adhesion of 1.6 can be used for general fill below moisture conditioned soil and/or covered with plastic sheeting. The uplift force due to swelling of active clays should be resisted by the underreamed portion of the pier. The underreamed portion should be at least two (2) and not exceeding three (3) times the diameter of the shaft. The minimum clear spacing between edges of adjacent piers should be at least one (1) underream diameter, based on the larger underream. 6.5 Structural Fill to Reduce Settlement in Deep Fill Areas As an alternative to using independent drilled piers to reduce settlement of deep fills, structural fill could be used in the lower portion of the fill depth. Structural fill could consist of flowable fill (i.e. lean concrete with a compressive strength of at least 150 psi) or flexible base material as described in Section 7.3. If the slab foundations are designed for about 41/2 inches of post construction movement, any fill placed deeper than 15 ft should consist of structural fill. The structural fill should extend at least 5 ft past the limits of the proposed building pad. The limits of the structural fill should be established in the field by professional survey. 6.6 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. 9 ALPHA Report No. W213383-revl P� In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems: • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures. • Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained "constant" around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. • Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. • The root systems from existing or recently removed trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with at -grade slabs (including but not limited to foundations, driveways, porches, patios, and sidewalks) should be removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should be backfilled with engineered fill as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. 10 ALPHA Report No. W213383-revl P� Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading As discussed in Section 5.0, the upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, was visually classified as fill material. Possible fill material was encountered in Borings 1, 5, 6, 8, 9, 10, 11, 12, 13, 15, 17, 19, 20, 21, 22, 24, 26, 27, 28, 29, 30, 31, 32, 35, 39, 43 and 44 to depths of about 1 ft to 4 ft below ground surface. Although not encountered in the borings, existing fill materials could also contain organics, boulders and other debris which could be encountered during site grading and general excavation. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered at the surface in several of the borings and will likely be encountered during general excavation and grading 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 slab foundations, pavement, flatwork or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well -compacted material as outlined in Section 7.3. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. 11 ALPHA Report No. W213383-revl P� 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 Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible 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 the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Piers should be excavated, and concrete placed the same day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, grade beam and pier excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. All pier shafts should be at least 1-ft in diameter to facilitate clean -out of the base and proper monitoring. Concrete placed in pier holes should be directed through a tremie, hopper, or 12 ALPHA Report No. W213383-revl P� equivalent. Placement of concrete should be vertical through the center of the shaft without hitting the sides of the pier or reinforcement to reduce the possibility of segregation of aggregates. Concrete placed in piers should have a minimum slump of 5 inches (but not greater than 7 inches) to avoid potential honey -combing. Observations during pier drilling should include, but not necessarily be limited to, the following items: • Verification of proper bearing strata and consistency of subsurface stratification with regard to boring logs, • Confirmation the minimum required penetration into the bearing strata is achieved, • Complete removal of cuttings from bottom of pier holes, • Proper handling of any observed water seepage and sloughing of subsurface materials, • No more than 2 inches of standing water should be permitted in the bottom of pier holes prior to placing concrete, and • Verification of pier diameter, underream size and steel reinforcement. Groundwater was not encountered in the borings drilled for this study. However, groundwater was previously encountered during the preliminary study in Borings 3, 7, 8, 9, 10, 11 and 12 at depth of about 2 ft to 12 ft below the ground surface. Groundwater seepage could also be encountered during pier installation. The risk of encountering groundwater during pier drilling is increased during or after periods of precipitation. Where submersible pumps or bailing cannot control groundwater, temporary casing may be required to control seepage. The casing should be properly seated below the depth of seepage, and all groundwater and soil should be removed prior to beginning the design penetration. As casing is extracted, care should be taken to maintain a positive head of plastic concrete and minimize the potential for intrusion of water seepage. A separate bid item should be provided for casing on the contractor bid schedule. Some field adjustments in the depth of underreamed piers may be required in some areas to maintain the bottom of the piers above groundwater seepage or collapsible soils. Adjustments in the depths of the piers should be observed in the field by ALPHA personnel. Also, the clay soils encountered at the boring locations are prone to collapse during construction of the underreamed portion of the pier foundation. Immediate placement of concrete after constructing the underream and/or the use of submersible pumps may be adequate to control underream collapse and/or seepage. 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.2. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The 13 ALPHA Report No. W213383-revl P� compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay soils with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clay soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Flexible base used as structural fill in the building pad should consist of material meeting the requirements of TxDOT Standard Specifications Item 247, Type A or D, Grade 1-2 or 3. The flexible base should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 2 percentage points below to 2 percentage points above the material's optimum moisture content. 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. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. 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. 14 ALPHA Report No. W213383-revl P� If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Free groundwater was not encountered during drilling for this study. However, groundwater was encountered during the preliminary study in Borings 3, 7 through 12 at depths of about 2 ft to 12 ft below the ground surface. From our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such parry shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report 15 ALPHA Report No. W213383-revl P� for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 16 #t\ APPENDIX GR-01 60 00 Product Requirements Page 1 of 1 GR-01 60 00 PRODUCT REQUIREMENTS Chapel Hill West Phase 1 City Project No. 104387 FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite ASTM 3753 Non -traffic area 08/30/06 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) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R817S 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 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 ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 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 12/05/23 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 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (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 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, 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 Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 05 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 Onlv (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 Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-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 - Pipe Casino Spacers 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 Casing 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) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/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, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 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, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass 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 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-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 AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Inc]. 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 & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 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- AWWA C800, ANSF 61, 5/25/2018 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- AWWA C800, ANSF 61, 5/25/2018 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 JCM 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) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Concrete I Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median PaveineaD 19/92022 03 3000 M. Desop, AoP_.P Concrete Co.Prny 30CAF029 3000 psi Conaete for Sidewalks & ADA Ramps 3-5" Slump; 3-6° o Air 19/92022 011001 Ma Design Argos DL00000 t0433 3000 pet Concrete Cor SWmvalks, Curbs 3-5" Slump; 3-6% Av I9/92022 03 30 00 Ma Destgv Argos DIOOO0001055 3000 pet Concrete for fide,, Jvncton Boxes, Manholes, Channel L.ers, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6%Air 16/2 024 03 3000 Ma Design Big Town Concrete 302050-1 3000 psi Concrete for Curbs said Sidewalks 3-5" Slump; 3-6%Air 19/92022 03 30 00 Ma Design Bumco Texas 30U101AG 3000 psi Concrete Ma for Flatwork 3-5" Slump; 3fi% AP 14/1 024 03 30 00 Ma Design Bumco Texas 30U500BG 3000psi Concrete Mix for Sidewalk, 3-5" Slump; 3fi%Air 19/92022 03 30 00 Ma Design Carder Conaae FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Cmb & Gutter, Flatwmk 3-5" Slump; 3fi% Air 19/92022 03 3000 M. Design Card. Concrete FWCC502021 3500 psi concrete for SidewaR.s, Driveways, Ramps, Curb & Gutter 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Cltmley's Concrete 3759 3000 psi Concrete Ma Cor Sidewalks 3-5" S1_P; 3-6% Air 19/9/2022 03 30 00 M. Design Charky's Concrete 4102 3000 psi Concrete Mu Cor Sidewalks 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 M. Design Chisholm Tied Red, Mu C13020AE 3000 psi Co.::. for Driveways, Curb & Gutter 3-5" Slump; 4.5-7.5%Air 19/92022 03 30 00 M. Design City Concrete Company 30HA20E 3000 psi Covaele Mu far Blocking, Sidewalks, F1roc ak, Pads 3-5" Slump; 3-6% AQ 19/92022 03 30 00 M. Design Cow Town Redi Mu 253-W 3000 psi Concrete Mu Sidewalks, ADA Ramps, Driveways, Curb &Gull., Safery End Treatments, Non-TkDOT Retuvmg Walls 3-5" Slump; 3-6% An 19/92022 03 30 00 Mu Design Cow Town Red, Mu 210 3000 psi Conae1, Mu far, Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36% Air 19/92022 03 30 00 Mu Design Cow Town Red, Mu 350 3000 psi Concrete Mu far, Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36 Air 11/29/2024 033000 Ma Desigo Estuda Ready Mir R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalk,, Ramps, inlets, s id Manholes 3-5" Slump; 36% Air 19/92022 03 30 00 Ma Design GCH Concrete Services GCH4000 4000 psi Concrete fir far, Sidewalks, Ramps, Headwalls, mle6, said Storin Dm. Sttucmres 3-5" 1lump; 3-6 Air 19/92022 03 30 00 Mu Design Hokin, - SOR, arc. 1261 3000 psi Concrete Mu fm Sidewalks 3-5" Slump; 3fi% Aar 19/92022 03 30 00 Ma Design Holcim - SOR, arc. 5177 3000 psi Concrete Mu for Sidewalks 3-5" Slump; 36%An 19/92022 03 3000 Mu Design Holcon - SOP- Inc 5409 4000 psi Concrete Ma Cor Sidewalks, inlets 3-5" Slump; 3-6%AP 19/92022 03 3000 M. Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mu Cor Sidewalks, ADA Ramps 3", Slump; 3-6%Au 19/92022 03 3000 Ma Design Ing— Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 3-5" Slump; 3-6% Av 14/72023 03 3000 Ma Design Liquid Stone C30ID 3,000 psi Concrete for Sidewalks, Approaches, and Driveways. -6 3-5" Slump; 3-6% Av 19/92022 03 3000 9/9 Ma Design Marto M— R2136214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 19/92022 03 30 00 Ma Desigo Mart. Manetm R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 3fi% Air 14/12023 03300 00 Ma Design Marto M—Pe R2136N14 5 00 sacks / 3,000 psi concete fm Sidewalks 3-5" Slump; 3-6%Air 16/12023 033000 Ma Design Mart. Mariam R2136R20 3,000 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3-6% An 16/12023 03 30 00 Ma Dea,eo Mart. Manata R2136N20 3,000 psi Conmae for Sidewalks and Ramps 3-5" Slump; 3-6%Air 1112/2022 03 30 00 M. Design Mazt. Mariate R2141K24 4,000 psi Concrete for luncuon Boxes, Sidewalks and Ramps 3-5" Slump; 3-6% Air 18/42023 0330.0 Ma Design Minim Manata R2136R14 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3fi% Air 33000 14/7/2023 .33..0 M. Design Maze. Manata R2136K14 3,000 psi concrete for sidewalks and romps 3-5" Slump; 3-6% Air 19/92022 03 30 00 Mur Design Marl. Manata R2131314 3,000 psi Concrete f Sidewalks & Ramps 3-5" Slump; 3-6% An 19/92022 03 30 00 Mu Design Marl. Manata R2132214 3,000 Psi Concrete far Sidewalks & Ramps 3-5" Slump; 36%Ah 19/92022 03 30 00 Mu Design Mart. Marietta D9490SC 3,000 psi Concrete far, Sidewalks & Ramps 3-5" Slump; 4.5-7.5%Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3fi% Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A -NY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3fi% Air 17/10/2023 03 30 00 Mu Ding Oebum 30A50MR 5 SK / 3,000 psi Concrete far Sidewalks 3-5" Slump; 3fi% Air 11/18/2023 03 30 00 Ma Design Rapid Redi Ma RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 36%An 11/24/2023 03 30 00 Mu Design Rapid Redi Mu RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalk,, Approaches, ADA Ramps 3-5" Slump; 3-6%Au 19/92022 03 3000 Ma Design Re-M.IOL11504 6 00 Sacks / 4,000 psi Concrete Mu for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & luncton Boxes 31" Slump; 3-6%Au 19/92022 03 300 Ma Design Bedi-Mu 10JI1524 3000 psi Concrete Ma for Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6%Au 19/92022 03 3000 Ma Design Redi-Mu VO111524 3000 psi Concrete Ma for Cmb &Gutter 3-5" Slump; 3-6% AP 19/92022 03 3000 Mae Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Curb and Gutter, Driveways, Barr,. Ramp 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Tarrant Concrete FW5025A 3000 psi Concrete Ma for Cmb & Gutter, Driveways, Salm.11,, ADA Ramps 3-5" Slump; 3fi%Air 19/92022 03 30 00 Ma Design Tartant Concrete CP5020A 3000 psi Concrete Ma for Cmb and Gut. 3-5" Slump; 3fi% Air 110/102022 03 3000 Ma Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 3-5" Slump; 3fi% An 19/9/2022 03 30 00 Mee Design Tariant Concrete FW5525A2 3600 psi Concrete Ma far Sidewalks, Drive Approaches, ADA Ramp, Curb and Gutter 3-5" Slump; 3-6%An 19/9/2022 03 30 00 M. Design I— Ready Mix 3020AE 3000 psi Covaele for Sidewalks 3-5" Slump; 3fi% Air 19/9/2022 03 30 00 Ma Design Tme Cnt Red, Ma 0250 230 3000 psi Concrete Mix far Flamrok, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3fi% Air 19/9/2022 0)33 30 00 Mu Der-yr� Tine Girl Red, Ma 0250 2301 3000 Psi Conaele Mor for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Si- 3-6%A r I Class CM..,Mnt.jae Ju..Boxes, keneaseurent. BlocIdne, Collars. Liehtp Foundations) 19/9/2022 03 30 00 Mu Design American Concrete Company -40CNF065 4000 psi Concrete for Manholes & Utility Structures 3-5" Slump; 0-3%Au 19/9/2022 03 3000 Mu Design Argos DIOOO0001061 3600 pei Concrete for Inlets, Boxes, Enc.s t, Blocking 3-5" Slump; 3-6%Air 19/9/2022 03 3000 Mu Design Argos D10000001055 3000 psi Concrete for Inlets, luncton Boxes, Mm boles, Chsunel L.ers, Sidewalks, Driveways, Curb & Gutter 31" Slump; 3-6%AP 19/9/2022 03 3000 Ma Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, EncasemrnS Blockmg 3-5" Slump; 3fi% Air 19/9/2022 03 3000 Mae Design Ch lcVs Concrete 4502 3000 psi Concrete Mae for Sidewalks, BlocJwg 3-5" Sl_P; 3-6%Air 19/9/2022 03 30 00 Ma Design Bumcc Texas 40U500BG 4000 psi Concrete Ma for Stony Dram Stmctmes, Driveways, Scrcrn Wells, Collars 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Design Cow Town Redi Ma 255-2 3000 psi Concrete Ma for Inlets, Tmust Blocking, Concrete Encasement 3-5" Slump; 3-6% An 19/92022 03 30 00 Ma Design Cow Town Red, Ma 355 3000 psi Can to Ma for Inlets, Thmst Bmekoig, Covaele Encasemrnt 3-5" Slump; 3-6% Air 19/92022 03 30 00 Ma Design Cow Town Red, Ma 255 3500 psi Covaele Ma fm Flatwmk Inlets, Thmsl Blocking Covaele Encasement 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 M. Design Cow Town Redi Mu 270 5000 psi Concrete Mu far Cask-m-Place Box Culverts 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Desiga Cow Town Red, Ma 370 5000 psi Covaele Ma for Cask-m-Place Box Culverts 3-5" Slump; 3fi%Air 19/9/2022 03 30 00 Ma Design Cow Toxin Red, Ma 353 3000 psi Concrete Ma f Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Nov-TxDOT Raa..g Walla 3-5" Slump; 3fi "Aar 19/9/2022 03 30 00 M. Design Cow Town Redi Mur 257 3600 psi Covaele mu far Valley Gutters, Lightpole Found,tmne 3-5" Slump; 3-6%A r 19/9/2022 03 30 00 Mu Design Cow Town Red, Mu 357 3600 psi Canaele Mu far Valley Gutters, Lightpok Foundalmvs 3-5" Slump; 366 Air19/9/2022 03 30 00 Mu Design Hold. - SOR, Inc. 1701 4000 per Co.aele Mu far Storm Dram Sttuc.res, Sanitary Sewer Manholes, JuncPon Box 3-5" Slump; 3b% Av 19/92022 033000 Mu Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mu far Blocking 3-5" Slump; 3fi% Av 19/92022 03 30 00 Mu Design Hold. - SOR, Inc. 5409 4000 psi Concrete Mu for Sidewalks, Inlets 3-5" Slump; 3fi% Air 14/27/2023 03 30 00 Mu Design Liquid Stone C361DNFA 3,600 Psi Concrete for Retaining wall, driveway, tunaop boX aproq approach 3-5" Slump; 3fi% Air 19/92022 03 30 00 Ma Design Mart. Marietta R2141230 4,000 psi Concrete for Manholes, inlets & Headwalls, �f (( p rid 3-5" Slump; 3-6%An 18/42023 03 3000 Mu Design Martin Mariam R2141 R24 5 53 Sacks / 4,000 psi Concrete for J action Box, Box Culvert, Sidewalks said Ramps. 3-5" Slump; 3-6% Av 111202023 03 3000 Mu Design Martin Marta R2146R33 6 Ol Sacks / 4,000 psi Concrete Mu for CIPSewer Manholes 31" Slump; 3-6%Au 111202023 03 3000 Mu Design Martin Mariam R2146K33 6 Ol Sacks / 4,000 psi Concrete Ma for CIP Sewer Manholes. 3-5" Slump; 3-6%Au 19/9/2022 03 3000 Ma Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, inlets & Headwalls 3-5" Slump; 4 5-7 5%Air 19/9/2022 03 3000 MsDesign Mart. Mariam R2136224 3,600 psi Concrete for Cmb Inlets 3-5" Slump; 3-6%Air 19/9/2022 03 30 00 Ma Design Marto Marietta R2141233 3,600 psi Concrete for Storin S-cones, Inlets, Blodmg & Encasemrnt 3-5" Shunp; 3fi%Air 19/9/2022 03 30 00 M. Design Marta Marietta R2146038 4,500 psi Concrete for Inlets, Storm Dram S.—a 3-5" Slump; 3fi% An 18/42023 03 30 00 MsDesign Mart. Marietta R2146R35 6.11 Sacks / 4,500 psi Covaele for Inlets, Manholes, and Headwalls 3-5" Slump; 3-6%An 19/122023 03 30 00 M. Design NBR Ready Mix CLS Pl-YY 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culv.ls 3-5" Slump; 3fi% Air 19/9/2022 03 30 00 M. Design NBR Ready Mix TX C-YY 3000 psi Concrete Mu far, Curb Inlets 3-5" Slump;3-6% Air 19/92022 03 30 00 M. Design NBR Ready Mix TX C-NY 3000 psi Can=. M. far, Curb fillets 3-5" S1nmP; 3-6% Air 11/18/2023 03 30 00 M. Design Rapid Red, M. RRM5320A 3000 psi Can=. for Block.g 3-5" Slump; 3-6% An 11/18/2023 03 30 00 Mur Design Rapid Redi Mu RRM6020ASS 4000 psi Concrete for Strom Dram Stuctures 3-5" Slump; 3-6% An 19/92022 03 30 00 Ma Design Redt-Mix IRJ11524 3500 psi Covaele Ma far Thmst Blocks, Valve Pads 3-5" Slump; 36% Av 19/92022 03 30 00 Ma Design Redi-Mix 156/1524 4000 psi Concrete Ma far Caret-m-Place Stonn Drz, Structures 3-5" Slump; 36% Air 112/52022 03 30 00 Ma Design Redt-Mu 10K115C4 3500 psi Concrete for Thmst Blocks, Valve Pads 3-5" Slump; 3-6%Au CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I i,'o.cref (cv.ti.uedl I12/52022 03 30 00 Mu Design Re is I9292022 03 30 00 Mu Design Re is I11/212022 03 30 00 Mu Design Redi-Mix I9/162024 03 30 00 Mu Design SRM Concrete I9/92022 03 30 00 Mu Design TapanI Concrete 110/102022 03 30 W I C M. Deejj$$1, W--Rs, Culverts, Tamgn[ Concrete Dr fled Sha Del es P �saRa. Drilled I Dred hafts I9/9/2022 03 3000 M. D-ga Bumco Texas I6212023 011101 Mu Dearea Cow T.— Redr M. 112/52022 03 3000 Ma DCa,ea Hcicun - SOR, Inc I9/9/2022 03 3000 Ma Desren Holcun - SOR, Inc I4/7/2023 03 3001 Ma Desren Ingmry Conce, & Aggregates I4/7/2023 03 3000 Ma Dearen Lq al Stove I6272023 03 30 00 Ma Drs,er, Madm Manetta I6272023 03 30 00 Ma Dearen Madu, Manetta I8/4/2023 03 30 00 Ma Drs,er, Ms., Manetta '024 03 30 00 M: Desren NBR Ready Ma I8/2 024 03 3000 M. Dearer, NBR Ready M. I5/152023 0``3 3000 M. Dearer, Red,-M. I Vther Applications I919/2022 03 3001 Mu Des,- Argos I9/9/2022 03 3000 M. D.ren Argos I9/92022 03 3000 M. Dearen Argos I9/92022 03 3000 M. Dearg. Carder Concrete I9/9/2022 03 30 00 Mil Deeiaa Charls s Co I9/92022 03 30 00 Mi. Deelaa Charlencrete s Concrete I9/92022 03 30 00 Mil De gar City Concrete Co�P/any I9192022 03 30 00 Mu Design Cow Town R.0 Mu I9/9/2022 03 30 00 Mu Design Cow Town R.& Mi. I9/92022 03 30 00 Mi. Design Cow Town Rer i Mi. 11/292024 03 30 00 Mi. Design Estrada Ready, - I9/92022 03 30 00 Mi. Design GCH Concrete —csa I9/92022 03 30 00 Mu Design Holcim - SOR, Inc. I4/12023 03 30 00 Mic DesigP Marlin Marietta I8/30/2023 033000 Mr. DesI, Marlin Marietta I9/92022 03 30 00 Mu Des; Mani. Marietta I12/52022 03 30 00 M. Des Redi-Min I9/92022 03 30" Mu Des; SRM Concrete I9/92022 03 M DO M. Des SRM Concrete I4/12024 03 3011 Mix Design SRM Concrete I9/9,022 03 30 00 M. Dcs 11�� I—" Concrete I Mass P (M.Ai.e Plac.U.A..) I919/2022 121113 M, Deng. Argos I6/2 024 32 13 13 M. Deargn Bra Tow. Concrete I6/2 024 3213 13 M. Dearen Bra Tow. Covcretc I9/92022 32 13 13 M. Dearer, Carder Co.crete I9/92022 32 13 13 M. Dealer, Carder Concrete I9/92022 3213 13 M. Dealer, Ch.lcVs Co.crete I9/92022 32 13 13 M. Desigr, C,ty Co.cretc Company I9/92022 33 13 13 M. Dealka Cow Town R.dl M. I11/142022 321313 M.Desiga CowT.— Redi M. I9/9/2022 32 13 13 M. Design Cow Tow. Redi Ma I9/9/2022 32 13 13 M. Desiga Cow Town Redi Ma I2/62024 321313 Mu Design Estrada Ready Mix I9/92022 32 13 13 M. Design mgam Concrete & Aggregates I8/42023 32 13 13 M. Design Man. Manetta IIM/2022 321313 Mrs Design Men. Man.tta I10/4/2023 321313 M. Design NBR Ready Mu It0/4/2023 321313 M. Design NBR Ready Mi. I9/16/2024 321313 Mrs Design SRM Concrete I9/92022 32 13 13 M. Desq" Tartant Cor,cr.te I9/92022 32 13 13 M. Dear" Tme Gnt Red,M, I9/9/2022 21313 M.c De)�n Tme Gnt Red, M, I ces H (Ilam I Placed Pa_.) I9/9/2022 3213 13 M' Dea,gn Ara— Concrete Company I9/9/2022 32 13 13 M. Deargn Argoa 32 13 13 M.c Dealer, Argos i9/9/2022 9/92022 32 13 l3 M.Dearga Argos I9192022 3213 13 Ma Dearga Argos I9/92022 3213 13 M. Dealer, Argos I522023 3213 13 M. Design Bra D Concrete I9/92022 3213 13 M. Design Brg Town Concrete I9/92022 32 13 13 M. Dealka Brg Tow. Concrete I9/9/2022 32 13 13 M. Design B.mco Texas I9/9/2022 32 13 13 M. Desiea Carder Concrete I9/92022 32 13 13 M. Design Charley's Concrete I9/92022 32 13 13 M. Design Charley's C-- 9/9 022 32 13 13 M. Design C,ty Concrete Company I9/92022 32 13 13 M. Design Cow Tow. Red, Mu I9/9/2022 32 13 13 M. Design Cow Town Redi Mu 11/29/2024 32 13 13 M. Design Estrada Ready Ma I9/92022 32 13 13 M. Design GCH Concrete Services I9/92022 32 13 13 M. D.,an Holcim -SOR, roc. I9/92022 321313 M. Dearer, mgaa Concrete&Aggregates I9/92022 3213 13 M' Drs,er, mgam Concrete & Aggregates I9/92022 321313 M.Dwrgn Ing—Concrete&Aggregates I I122022 32 13 13 M. Desrga Mart. Marlette I8/42023 32 13 13 M. Desrgr, Mart. Manetta 156115C4 4000 psi Concrete f CrP Sar m Drain Stmctures 3-5" Slump. 3-6% Air ]OL21524 4000 psi Concrete Mi. for Manholes 3-5" Slump, 3-6%Ate 145P2 350505P4 3500 psi Concrete f SThmst Blocks and Collars 3-5" Slamp, 3-6%Ate FW5320A 3000 psi Concrete Mi. for Blocking 3-5"Slump.36%A'v TCFW6025A2 4000 psi Concrete f Manholes 3-S" Slamp, 3-6%Ate 36U500BG 3600 psi Concrete Mi. for Li¢htina and Traffic Signal Foundations (Drilled Shafts) 5.5-7.5" Slump; 3-6%Av 360-DS 3600 psi Concrete f Drilled Shutt/Lighting and Traffic Signal Foundation (Drilled Shafts) 5.5-7.5" Slump; 3-6% Av 1822 3600 psi Concrete f (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations 5.5-7.5" Slump; 0-3 % Av 1859 4000 psi Concrete for (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Av ]OLQS50N 3.600 vsi Concrete for (DrRled Shafts)/Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Av C36IDHR 3.600 mi Concrete for (DrRled Shaft)/Ligbfi-and Traffic Signal Foundations 5.5-7.5" Slump; 3-6%Au U2146N41 6 44sacka / 3,600 car Concrete for (DrMW Shafts) / Lighting and Traffic Signal I ..datlo.s 5-7" Slump; 3-6% Av U2146K45 6 65 sacks / 3.600 psi Concrete for (Ddled Shafts) / Lighting and Tmfic Signal Foundations 5-7" Slump; 3-6%Au U2146R41 6 44 sacks l4.500 psi Concrete for (Drilled Pic.)/Light Pole bases 5-7" Slump; 3-6%Au 135K2524 3500 psi Concrete for (DrRled Shaft) Liehmole I ..datlona 55" Slump; 3-6%Au 135K0524 3500 psi Concrete for (Drilled 6haft) Lich Pouvdatiova 5:5 Slump; 3-6%Au BOLL I5D5 3600 osi Concrete f (Ddled Shafts) /Lighting and Traffic Signal Foundation= 5.5-7.5" Slump; 3-6%Au D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thmst Blocking 3-5" Slump; 3-6%Au D10000001083 4000 per Concrete for Valve Pads, Inlets, St ucta cs, Headwalls, Thmst Blocking 3-5" Slump; 3-6% Av D 10000001681 4000 psr Covcretc for Headwalls, Retam.g Walls, Box Culverts, Valley Guam 3-5" Slump; 3-6%Al, FWCC602001 4000 psr Concrete for Storm Drain S-rar cs, Manholes, Headwalls, Retaining Walls, Valley G.—, Drive Approaches 3-5" Slamp; 3-6% Aa 4518 4000 psi Concrete for Headwalls, Wingwalls 3-5" Slump. 3-6% Air 5642 4000 psi Concrete f Storm Drain Swcmres 3-5" Slump. 36%Air 40LA2011 4000 psi Concrete Mi. for Stomr Drain Stm..— 3-S" Slump. 3fi , Air 260-2 3600 psi Concrete Mi for Box C.1 srls, Headwalls 3-S" Slump, 3-6%Air 360-1 3600 psi Concrete for Box Culverts, Headwalls, 3-5" Slump, 36% A'v yMi. �Wi.gw.11s 5.50 Slam' GCH4 0� 4000 psi Cocoa foa for Sid—.&s, Rampss, H dwalls, inlets, and St.— Drain Stmctures 3-5" Slump, 3fi%Ate 1851 4500 psi Concrete for Storm Drain S-ctures, Hand Placed Paving 31" Slump, 3fi%A'v 310LBP 3,6001Q7��fj Co.uete fr RetainWalls 3-5"Stump,4-7%Air R2141R30 5.85 SIK / 4,000 psi Concrete for Box Culverts & Headwalls 3-5" Stump, 36%Air R2146035 4,000p�\ for Manholes, hdets & Headwalls, Valve Pads 3-5" Stump, 36% Air l OL115C4 �C,o.crete 3600 pet � .rZa for Manhole, milt, Junction Box, Headwall 3-5" Stu—:36% Air 40050 4,000 pi Concrete fr Hdwalls, Retainvuv Wall, Collars 3-5" Slump, 36% Air 35022 3,600p� Concrete fr Junction Box, Retaining Walls 3-5"Slamp,36%Air 45050 4500 psi _as for S.— Stmetarw 3-5" Slump. 3-6%Ate FW6020A2 4000 psi Concrete Mu for Stonn Drain Stmctares 3-5" Slamp, 3-6%Ate D10000001617 3610 psr Concrete for Mech.e Placed Paving 1-3" Slump; 3-6%Au 360060-1 3600 per Concrete for Machine Placed Paving l-3" Slump; 3-6%Ara 362060-1 3600 psr Concrete for Mach— Placed Paving l-3" Slump; 3-6% Av FWCC552091 3600 psr fr Machine Placed Paving L-3" Slump; 3-6% Arr FWCC602091 4000 psr for Machine Placed Paving l-3"Slump; 3-6 Aa 5167 3600 psr Concrete M.c for Machine Placed Paving l-3" Slump; 36% Air 3fiLA2011 3600 psr Concrete M. for Machine Placed Paving L-3" Slump; 36%An 257-M 36M psr Concrete M. Cor Machiace ne Placed Paving 1-3"m6 p; 3-Air :la 357-M 3600 psr Concrete M. Cor Machine Placed Paving 1-3" Slump; 3-6 Air 260-M 4000 psr Concrete Mu Cor Machine Placed Paving 1-3" Slump; 36% Air 360-M 4000 psr Cpr,mete M. for Machine Placed Paving 1-3" Slump; 36a Air TD3655AEWR 5.50 Sacks / 3,600 psr C--lc for Machine Placed Paving 1-3" Slump; 36a Air 2MWRC56PS5D5 4000 psr Concrete Machine Placed Paving 1-3" Smmp; 36a Air Q2141R27 5.69 sacks/4,000 psr Cmmte for Machine Placed Paving 1-3"Slump; 36%Air Q2141K30 4,000 psi Concrete for Machine Placed Pay.g 1-3 "Slump; 36%Ate TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.. Placed Paving 1-3" Slump; 3-6 Air TX C SF -NY 5.50 Sack' / 3,600 psr Covcr.te for Machine Placed Paving 1-3" Stump; 3-6 Air 40025 4000 per Concrete fr Machine Placed Pay.g 1-3 "Slump; 36%Air FW5520AMP 3600 psr Concrete for Machine Placed Pay.g 1-3"Slump; 36%A 0255.2301 3600 psr Concrete M. for Machine Placed Pavrag l-3" Slump; 3 5-6 5%Au 0260.2302 4000 psr Concrete M. for Machine Placed Pave l-3" Slump; 3 5-6 5%Au 45CAF'076 4500 ps, Concrete for Hand Placed Paving 3-5" Slump; 3-6%Au D 10000001273 4500 psi Concrete for Head Placed Paving 3-5" Slump; 3-6%Au D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" Slamp; 3-6% Av D 10000002107 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6 Au D 10000001791 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6 Aa DJOOO0001103 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air CM14528AE 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6 An 452065-1 4500 psi hand placed paving 3-5" Stamp; 36%Air 450065-1 4500 psi hand placed paving 3-5"Slump; 3-6 Air 45U500BG 4500 psr Concr.t. M. fin Hand Placed Pay.g, Storm Swcturea 3-5" Slump; 36% Air FWCC602021 4500 psr concrete fin Hand Placed Pay.g 3-5" Slump; 36% Air 4609 4500 psr Concrete Mu f Hand Placed Paving, Manholca 3-5" Slump; 36% Air 6103 4500 ps, Concrete M. for Hand Placed Pay.g, Manhol a 3-5" Smmp; 36% Air 45NA20R 4500 psr Concrete Mu for Hand Placed Pay.g 3-5" Slump; 36% Air265 4500 psr Concrete Mrs for Hand Placed Pay.g 3-5" Slump; 36% Air365 4500 psr Concrete M. for Heard Placed Pay.g 3-5" Slump; 3-6 AirR4560AEWR/ 6.00 Sacks / 4,500 psr Concrete for Hand Placed Paving 3-5" Slump; 4-6 AirGCH4500 4500 psr Concrete Hand Placed Paving 3-5"Slump; 36%Air 1851 4500 psr Concrete for Storm D—Stmcmres, Hand Placed Paving 3-5" Slump; 36%Aa 2MWR-1fi1PSMM 4500 psi Concrete M, for Hand Placed Pay.g 3-5"Slump; 35-65%Au 2MWR-]fi]UVSDM 4500 psi Concrete for Head Placed Pay.g 31"Slump; 3-6%Au 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6%Au R2146N35 6 1l sacks / 4,500 psr cocrete for Hand Place Pay.g, inlets, Manholes, HcW aRs 3-5" Slamp; 36% Aa R2146R36 6 17 / 4,500 psr Conce, f r Haad Placed Pay.g 3-5" Slump; 3-6%Au CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I 111/22022 111/22022 I5/22/2023 112/22/2023 112/22/2023 111/152022 111/1520 2 19/92022 19/92022 19/92022 19/92022 19/92022 110/42023 110/42023 17/102023 11/24/2023 19/92022 19/92022 19/92022 19/92022 11/132023 19/9/2022 19/92022 19/92022 19/92022 19/92022 19/92022 19/9,022 19/92022 19/9/2022 19/9/2022 19/9/2022 19/92022 19/92022 19/91022 I I/18202, 1112 124 19/92022 11/242023 14n12023 19/92022 12/102023 I9/92022 19/92022 19/92022 19/9/2022 19/9/2022 19/9/2022 11/292024 15/3/2023 14/120 3 14/152024 14/152024 19/92022 15/5/2023 I 14/1/2023 19/92022 19/9/2022 19/9/2022 19/9/2022 19/92022 19/92022 19/92022 110/42023 19/92022 I 14/12023 14/l'023 3213 IS Mix Design 3213 13 Mi. Design 3213 13 Mi. Design 32 13 13 Mi, Deaipp 32 13 L3 Mi. Dea go, 3213 13 Mi. Design 32 13 13 Mix De Ign 32 13 13 M& Design 32 13 13 Mix Design 32 13 13 Mix Design 32 13 13 Mix Desigp 32 13 13 M. Desigp 32 13 13 Miz Design 32 13 13 Mi. Design 32 13 13 Mix DIP, 32 13 13 Mu Desfl 32 13 13 Mu Demon 32 13 13 Mu D.W, 321313 Mu Delp 321313 Mu Design 321313 Mi, Design 3213 L3 Mi. Design 3213 13 Mi. Design 3213 L3 Mix Design 32 13 13 Mi. Design 32 13 13 Mi. Desion 32 13 13 Mi. Design 32 13 13 Mix Design 32 13 13 &Des v hhaa HE B q�i�Earl,trwgthP 321313 M Design 321313 Mi. De on 32 13 13 M. De ion 3213 L3 M&Des igp 32 13 13 Mix De ion 32 13 L3 Mix Dear 32 13 13 Mi. Dail on 32 13 13 Mi. Design 32 13 13 Mi. Design 32 13 13 Mi. Design 32 13 13 Mix Desigp 32 13 13 Mix Design 32 13 13 M. Design 32 13 13 Mix Desigp 32 13 13 Mi. Des�p 3s�21313 MieDe�r Clas S rida�ba1Ton Slabs o 32131r M, De 321313 M&Desion 321313 M&Design 3213 13 M-Deaipp 32 13 13 Mm Desion 3213 13 Mix De ion 32 13 13 Mix De ion 32 13 13 Mix Desion 32 13 13 Mix Desion 32 13 13 Mix Des n ZonI Base l'rmch epmr 03 34 16 Mix Design 03 M l6 Mu Dcs�°n ontrouw Low Strm4 Material 03 34 13 Mix Design 03 34 l3 Mu Desion 03 34 l3 Mu Desion 03 34 l3 Mm Desipp 0334 13 Mm Design 03 34 l3 Mm Desion 03 34 13 Mu Design 03 34 13 Mm D— ... rete Rink �n I31 37 00 X Desion 31 37 00 Mi. Desion Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin Marietta Marlin M— Marlin Marietta Marlin Marietta Marlin Marietta Mann Mantas NBR Re Mu NBR Re a Osbum R.�jjid Redi Mu Redi-Min Redi-Mix Redi-Mix Redi-Mix SRM Concrete SRM Concrete Tarrant Concrete TarrmI Concrete Tarrmt Concrete Tian Ready Mix Tme Grit Redi M. Tme Grit Redi M& Tme Grit Redi Miz suing) Big D Concrete Bumco Texas Charleys C ncr t Cow Town Redi Mu Cow Town Redi Mu Cow Town Redi Mu Cow Town Redi Mu Estrada Readyy Mu Holcim - S(SR, Inc. t.' d Stone Marvin Marietta Redi-Ml SRM Concrete SRM Concrete TaranI Concrete Tarrant Concrete f Direct T.CBi Culverh, AJ p.rh Slabs) Cow Town Red{ M Cow Town Rd i Mu Cow Town Redi Mu Estrada Ready Mix Marlin Marietta Martin Marietta NBR Read��Mix NBR ReadyMix Redi-Mix SRM Concrete Bumco T— B r. T— B— Terns Carder C.— Carder Concete CityConmUe CamJnJ?nY Cow Town Redi M& Martin Marietta NBR Ready Mu Tarrant Concrete (Martin Marietta Martin Marietta si R2146K36 4,506 Concrete, for Hand Placed Pavmg 3-5"Slump. 3-6%Air 1. �° .I // �4,500 rete � 3-6 Air R2146R444 6.60 S.I.psCCon Mu for H dd Placed Paving 3-5" Slump. 3-6 Air R2146K44 6.60 Sacks / 4,500 Concrete Mi for Hand Placed Paving 3-5" Slump. 36%Air R2146P36 %, 4,500 psiC nc Ue PPor Hand Placed Paving 3-S"Slump. 36%Air R2146K36 4,SOOpsi Conc Uefor Hand Placed Paving 31"Slump. 36%Ate R2147241 4,500 pace pi Concrete for Hand Placed Pavig n 31:: Slump, 4.51.5%Air R2146236 4,500 p5 Conc to for Hand Placed Paving 3-5"Slump,36%A'v R2146036 4,500 q�`�onc to for Hand Placed Paving, Inlets 31" Stamp, 36% Ah R2146242 4,500 P� Coneret for Hand Placed Paving 3-5" Slam,, 36%Ab R2146042 4,500 psi Concrete for Hand Placed Pavine 3-5" Slump, 36% Air CLS P2-YY 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump, 3-6 Air CLS P2-NY 6.50 Sacks / 4,500 psi Can— for Hand Placed Paving 3-5" Slump, 3-6 Air 45A6OMR 6SK/4,500 psi Concrete for Hand Placed Paving 3-5"Slump, 36%Air RRM6320ARP 4500 psi Concrete for Hand Placed Pavit�ff 3-5" Slump, 36% Air 1OM11524 4500 psi Concrete Mu for Hand Placed Pa 3-5" Slump, 36%Ate lOM1l5D4 4500 psi Concrete Mu for Hand Placed Paving, S[onn Drain StrucNas 3-5" Slump, 36% Air IOM71504 4500psi Concrete Mi for Hand Placed Pavmg" 3-5 "Slump, 36%Air 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Stmcta— 3-5" Slump, 3-6%Ate 45023 4,500 iConmetefor Hand Placed Paving 3-5 "Slump. 3-6%Ate 45000 4,506 iConcrete Cor Hand Placed Paving 31"Slump. 3-6%Air FW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5" Slump. 3-6 Ah FW60AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Slump.36%Air TCFW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-5"Sharp, 36%Air TRC4520 4500 psi Concrete for Hand Placed Pavi9ff 3-S" Slump. 36% Air 02602301 4500 psi Concrete Mu for Hand Placed Pav! 3-S" Slump, 36%Air 0265.2301 4500 psi Concrete Mu for Valle_ Gutters, Han Placed Paving 3-5" Slump, 3.56.5%Air 270.230 5000 psi Concrete for Hand Pla� Paving 31" Slump, 36%Air 14500AE 4500 psi Concrete f H' Early Strength Paving 3-5" Slump. 3-6%Ate 55UI20AG 4000 psi Concrete Mbe m Earl�Streng�h Paving 3-5" Slump, 3-6%Air 6589 4500 psi Concrete Mu for Hrearly Strength Paving 3-5" Slump, 3-6% Air 370-INC 4500 psi Concrete f HES Pavmg 3-5" Slump, 36%Ate 375-NC 5000 psi Concrete f HISS Paving 3-5" Slump, 36% Air 370-NC 4500 psi Concrete fm RES Paving 3-5 Shunp. 36%Air 380-NC 4500 si Concrete far HISS Pav�"r 31" Slump. 36%Air 4575AESC 7.50 ks/4,500 Qsi(3,000,Ti (a,3-&,)Concretefor HESPaving 3-S"Slump, 36%Ate 2125 5000 psi Concrete f HISS Paving 3-5" Slump, 36% Air C451DHR-A 4500 (3,000e f r H241vs. HES Pav�'9C 3-5" Slump, 36% Air ONI I507 4500 psi (2600 psi r 4 hrsJ Concrete Mu for HES Paving 3-5" Slump, 4.56.5 % Air 50310 5,000 �iConcreteor HES Pavia, 3-5"Skimp, 36%Air 40326 4,500 t 000 4 3-0a ) i Concrete for HES Paving 3-5" Slump, 36%Air FW6520AMR 4500 (3000 � \3 psi HISS Pawl$ 3-5" Slump, 36%Air FW7520AMR 4500 (3000 psai -d— psi Concate s Paving 3-5" Slump, 36%Air 260 4000 psi Concrete Mi, for Bn �e Slabs, Box Culverts, Headwalls 31" Slump, 3-6%Ate 360 4000 psi Concrete Mu for Bn f Slabs, Box Culverts, Headwalls 3-5" Slump, 3-6% Air 365-STX 4000 prsi Concrete fin Bridge s s, [qq slabs of di mt Iratfic mlverts, approach slabs-TXDOT Class S-No Fly Ash 3-5" Slump, 3-6% Air R4060AEWR 6.00 Sacks / 4,000 zi Concrete f Budge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psiCncetc Por BridgeD k 3-5"Slump. 4.5-7.5%Air R2146P33 6.01 sacks / 4,00jJ ,i Conc to for Bri D k 3-S" Slump. 36%Ate S. No Fly Ash orN_S TX S-YY 4.50 Sacks / 400611��� Concrete Mu for Class S Slab Paving oncre a 31" Slump, 36%Ate I56115D4 4000pi Bridge yllaha 3-5" Slomp, 36% Air D100008553CB 4,006 psi Concret for Bdridge Approach Slab, Dark Slab 3-5 "Slump, 36%Ate al far n 08Y450BA 800 psi 'toMu far ase for Trench Rep 51" Sllump. 3 61%Ate OIY69OBF 100nn�i Covmete M& f Plowable Fib Plowable, 8 5-11.5%Air FWCC359101 50-I$0 psi Flowable Fill - CLSM 3-5" Slum{R(, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Flowable, 8 5-11.5%Ate 11-350-FF 50-150 psi Concrete f Flowable Fill-CLSM Flowable, 8-12%Air Mix# 9 70 OJai Flowable Fill - CLSM 7A" Slump, 8-11%AAir bl� eoncrette 8-10' FTW FLOW FILL ISd�AAi f HowableFdUCLSM SI;76 8-12%Air FWFF150CLSM 5FN01pei Plowable Poll-CLSM Plowable, 2%Ate 1030 R2146033 14 4,006 psi Concrete for Rrmap I3-5"Slump. 3-6%Ate I Asphalt Pavi„ 19/92022 32 12 16 Mu Design Austm Asphalt FT5B117965 FT5B 117965 PG64-22 Type B Fme Base 11/92/22 321216 Mu Design Au: Asphalt FT1B139965 FT1B139965PG64-22TypeBPme Base I9/92022 321216 Mu Design Austm Asphalt FT1B1l72 FT1B1172PG64-22TWp BF-13- 5/1 024 3212 16 Mu Dvaga Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 19/92022 3212 16 Mix Dvoga Reynolds Asphalt 1112B 1I12B PG64-22 Type B Fme Base I9/92022 3212 16 Ma Design Reynolds Asphalt 1612E 1612B PG64-22 Type B Fme Base 112/52022 3312 L6 Moe Design Suumon,: Pavmg 3476BV6422 3076BV6422 PG62-22 Type B Fme Base 19/92022 321216 Ma D"O" Surmount Pavmg 341-BRAP6422ERG 341-BRAP6422ERGPG64-22Ty BFine Base 19/92022 321216 MaD-110i TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 19/9/2022 321216 Ma Desigo TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 19/92022 32 12 l6 Ma Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I As h. Continued? I9/9/2022 32 12" Mix Ues�af TXBIT 64-224125-18 PG 64-224125-18 PG10-22 Type D Fine Sarface I4/l/2024 32 12 16 I Mu Desve N... TXBIT I344 MAC-SP-D 7012. I344 MAC-SP-D 70-22XR SAC A-R Tvne D Fme Surface I9/9/2022 eleet.hle 321320 .rninp 3 DWS-Pavers Pine Hall Brick (Winston Salem, NC Tactile Pavers I9/9/2022 32 13 20 D.-Pavers Westem Brick Co. (11—toa, TX) Delectable Waming Pavers I9/9/2022 321320 DWS-Composite Armor Tile I9/9/2022 321320 DWS-Composte ADA Saint—(Wrhnmghat MA) Hentage B-1, CIP Composrte Paver I4/7/2023 32 13 20 DWS -Pavers ADSolnMn$ (Wrhnmgton. MA) Detectable Warm.. Pavers I Silicone Joint Sealant I919/2022 I9/9/2022 32 13 73 32 13 73 ]Dint Sealant ]Dint Sealant Dow Tremco 890SL 90OSL 1901L-Cold Ued, S' 'e Component, Silicone Joint Sealant 900SL-Cold ed, S e Component, Silicone Joint Sealant I9/9/2022 32 13 73 ]Dint Sealant P—an 300SL 300SL-Cold `ad, S�9y e Co enL Silicone Joint Sealant I9/9/2022 32 13 73 Joint Sealant Ciah. RoadSaver Silicone Road .a S icone - Cold Apphe gle Component, Silicone Joint Sealant I Utility Trench Embedment Sand I9/92022 3305 10 Embedment Sand Sdver Creek Metenals UOhty Embedment Sand I9/92122 13305 10 Embedment Sand Crouch M..,o is Utrhly Embedment Sand I9/92022 330510 Embedment Sand FandLDut Movers UOhty Embedment Sand I9/92022 330510 Embedment Sand FendLDut Movers Utility Embedment Sand I9/92022 13305 10 Embedment Sand Tat Top Manm Manetto UOhty Embedment Sand I Storm Sewer- Manholes & B.... /Fr.mea 8,Covers/Stavd.rd JRounall 13 1-13 I9282018 3305 13 McMole F., ead Covee A ,.Cent (Govi Stwl Company, LTD) M11 tl220605 MHRC #220605 (Size - **24" Din) I9282018 330513 Manhole Cover Neenah Foot NF-1214-Tll NI-1274-T91(Size-32"DiaJ I928/2 18 3305 l3 Manhole Frames and Covers ,a Neenah NF-1743-LM (Hlaged) NF-1743-LJA (Hit�Fd) (Size - 32" Die.) I928/2 18 3305 13 Manhole Frame Neenah Faun NF-1930-30 NF-1930-30 (Size -32 25" Di..) I9282018 330513 Manhole Frames and Covers Neenah Foot R-1743-HV R-1743-HV(Size-32"DiaJ I4/3/2019 330513 Manhole Frames and Covers SIP Ind`ties ++ 2279ST 2279ST(Size-24"DiaJ I4/3/2019 330513 Manhole Frames and Covers SIP Industries++ 2280ST 2280ST(Size-32"DiaJ I10/82020 3305 13 Manhole Prames and Covers EJ (F—Ily East Jordan bon Works) EJ1033 M/A EJ1033 Z2/A (Si,. -32.25" Di.) I3/8/2024 330513 Cmbhrlet Covers SIP Industries++ 2296T 2296T(Size-***24"Die) I6/18/2024 330513 Cmb toldCove,a SIPlnduatries++ 2279STN 2279STNT(Siza-24"Di. ) **Note: AU new develop .iead new iru 11,W'.n ea,hok lids shall meetthe minimum 30-inch opening requ� ementas Deckedin L}ry Spechcebon 33 OS l3. Any smaller opening sius wil(onty be allowedjor esisdng manholes that require replacemerttfiames and covers I Storm Sewer-Inlet&Structures 33A5-13 I10/82020 33 49 20 Cad,(Nets Fonema FRT-10.3-0OS-PRECAST** (Size - l0' X 31 I10/82020 33 49 20 Curb Inlet, Fonema FRT-Ox3-406-PRECAST** (Size - l0' X 31 I10/82020 334 20 Curb Inlets Fonema FRT-1 Ox4 5-007-PRECAST** (Size - l0' X 4.5I I10/8/2020 334 20 Curb Inlet, F—itte FRT-1 Ox4 5-420-PRECAST** (Size - lO' X 4.51 I10/t2020 333920 Manhole Fonema FRT-0X4-009-PRECAST-TOP(Size-4'X 41 I10/t2020 333920 Manhole Fonema FRT-0X4-009-PRECAST-BASE(Size-4'X 41 I10/t2020 333920 Manhole Fonema FRT-5X5410-PRECAST-TOP(St.-5'X 5) I10/82020 333920 ManhOle Fonema FRT-5X5-010-PRECAST-BASE(Size-5'X 5) I10/82020 333920 ManhOle Fonema FRT.411-PRECAST-TOP(Size-6'X 6) I10/82020 333920 Manhole Fonema FRT-6X6-011-PRECAST-BASE(Sim -6'X 61 I3/192021 334920 Cmb Inlets Thompson Pipe Goup TPG10X3-0OS-PRECAST INLET**(Size-10'X3) I3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG15X3-0OS-PRE CAST INLET** (Size - IS' X 31 I3/19/2021 334920 Curb Inlets Thompson Pipe Goup TPG2OX3-00,7(5��`Tpa��(t\RR�`�EE� ��L�) *(Size-20'X 71 *e-4'X4) I3/19/2021 333920 Manhole Thompson Pipe Goup TPLX4-009 I3/19/2021 333920 ManhOle Thompson Pipe Goup PRREC� ASE TPG-0X4 �iza-4'X4) I3/19/2021 33 39 20 Manhole Thompson Pipe Goup TPG-0X4412-PRECgASST�T 44T-FI RISER (Size - 4' X 4) I3/19/2021 333920 Manhole Thompson Pipe Of"' TPG-SXS-0I�-ASTB (SizeSSX51 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-5X5-012-PRECAST 5-Ff RISER (Size-5'X 5) I3/192021 333920 Manhole Thompson Pipe Group TPG-6X6-0II-PRECAST TOP (Size -b'X 61 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6-i -PRECAST BASE (Size-6'X 6) I3/19/2021 333920 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FI RISER (Sie-6'X 61 I3/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECASTTOP(Sie-7'X71 I3/19/2021 333920 Manhole Thompson Foe G.u, TPG-7X7411-PRECAST BASE(Size-7'X7) I3/192021 33 3920 Manhole Thompson Fie Goup TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 71 I3/19/2021 33 39 20 Manhole Thompson Fie Goup TPG-SX8-01 l-PRECAST TOP (Size - 8' X 81 3 39 20 I3/19/2021 333920 ManhOle Thompson Fie Group TPG-8X8-01 l-PRECAST BASE (Size - 8' X 81 I3/192021 33 39 20 Manhole Thompson Fie Group TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 81 I3/192021 33 49 20 Drot�lnle[ Thompson F./e Goup TPG-0X4-008-PRECAST INLET (Size -4' X 41 I3/192021 33 49 20 Drot�Llet Thompson F./e Group TPG-5X5408-PRECAST INLET (Size - 5' X 5) I3/192021 33 49 20 Dmtl Intel Thomt�sSon F—je Group TPGfiX6-008-PRECAST INLET (Si. - 6' X b) I8282023 334910 Manhole Oldcaste Precast 4' x4'Stacked Maahole(Size-4'X4) I8/28/2023 33 49 10 Manhole Oldc.sde Precast 5' x 8' Storm Junction Box (Size - 5' X 8) I8282023 334910 Manhole Oldcasde Precas14'x 4' Storm Junction Box (Size-4'X 41 I8282023 334910 Manhole Oldcasde Precas15' x 5' Storm Junction Boa I8282023 33491 0 Manhole Oldcastie ISize-5'XS) Precaa16' x b' Storm ]unction Box (Size - 6' X b) I8282023 334910 Manhole Oldcesde Precas18'x8'Sl Junction Box Base(Slze-8'X 8) I8/28/2023 334910 Manhole Old —tie Precast 5'x8' Storm Junction Box Base (Size-5'X 8) I8/28/2023 334910 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Sie-4'X 4) I8282023 33 39 20 Curb Inlet 10 S 3' Riser Thompson Pit a Goap told Rise, (Size-3 FT) I8/28/2023 333920 3 39 20 Curb Inlet 15', 3' Rae, Thompson Pipa Goup Inlet Riser (Size - 3 FT) I8/28/2023 33 39 20 Curb Inlet 20' x 3' Rae, Thompson Pipe Group Inlet Riser (Size - 3 FT) I1/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop hole[ (4' X 41 I1/12/2024 33 49 20 Drop Inlet Ame Tex Pipe &Products Drop hilet (5' X 5) 11/19/2024 33 49 20 Manhole Ame Tex Pipe &Products Precast 4M' Storrs Junction Box 11/19/2024 33 49 20 Manhole Aoo Tex Pipe &Products Precast 5k,T Stomr Junction Box I1/l9/2024 33 49 20 Manhole Am —Tex Pie &Product, 5' Precast Toneitlon MH (4' MH on the top of 5' JB) I1/l9/2024 33 49 20 Menhole Am —Tex Pre &Products Precast 6k6' Storm Junction Box I l/,9/2024 33 49 20 Manhole An —Tex Pre &Products 6' Precast Tm,ition MH (4, MH on the top ofb' JB) I1/19/2024 33 49 20 Manhole AmeriTex Pre &Products Precast 8k8' Storm Junction Box 11/192024 33 49 20 Menhole Ame,iTex Pipe &Product, 8' Precast Tonsition MH (4' MH on the top of 8' JB) I I/192024 33 49 20 M.Mo1e AmenTex Pipe &Prod— T— C Swim Dmin Manhole on Box (4' MH on the top ofRCB) I7/162024 33 49 20 Cad, (Nets AmenTex Pipe &Pmducrs 10x3 Precast** (Size ]0' x 31 I7/162024 33 49 20 Cmb (nets Amen'Iex Pipe &Pmducrs 11.3 Precast"" (Svx 15' x 31 **Note: Pr-1udar are OPovedfor the stagelporn'on ofthe .vcturelbasin)-1y. Stage Hp -don ofth—rveture are required to be cos h place.Na—epdons to this requiremeneshall be aYoxed. ASTM D1111 ASTM D5893 ASTM D5893 ASTM D5893 [TM C33 TM C33 TMC33 TM C33 TM C33 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C9t3 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS 615 ASTM 6l5 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS C433 AS C913-16 ASTM C913-16 AS C913-16 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C9t3 ASTM C9t3 ASTM C9t3 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Storm Sewer -Pines & Boxes 33-05-13 14/9/2021 33 41 13 Storm Drain Npee Advanced Dramege Syetema, Inc (ADS) ADS HP Sturm Polwmwlene (PP) Pine (Size - 12" - 60") ASTM P2881 & AASHTO M330 I8/28/2023 33 4l l0 Sturm Dmin Pipes Rinker Materials Reinfored Concrete Pipe Tongue and Groove Joint Pipe (Size -21"or lu—) ASTM C76, C655 18/28/2023 334110 Culvert Box Rinker Materials Reinforced Concrete Box Culvert(Sm- Various) ASTM C789, C850 110/12/2023 33 41 10 Storm Dmin Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Size - 15" or larder) ASTM C76, C506 110/12/2023 344110 Culvert Box A. —Tex Pr99e&Products Reinforoed C.—Box Culvert(eize-Vai—O ASTMC1433,C1577 110/18/2023 354110 Storm Dmin Pipes The T— Co. Reinforoed Conemte Pipe Tongue and Groove Joint Pipe" (Size- 15" or 1-0 ASTM C76, C506 110/18/2023 33 41 10 Culvert Box The Tumor Co. Reinforced C.—Box Culert (size - Vaious) ASTM C1433,C1577 14/12/2024 33 41 10 Sturm Dmin Pipes Thoml��son Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious) ASTM C76, C506 16/25/2024 334110 Culvert Box Oldcaste Reinforced Concrete Box Culvert ASTMC1433,C1577 16/25/2024 33 41 10 Storm Drain Npes Old —de Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious) ASTM C76, C506 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 DB01373(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, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-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 DB01373(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, 500lbs 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 I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTARINC.