Loading...
HomeMy WebLinkAboutContract 51225-PM1M City Secretary Contract No FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Public Water and Sanitary Sewer To Serve The Citadel at Presidio City Project No.101510 He #: X-25280 CFA #: 2018-045 Water#:56008-0600430-101510-001580 Sewer #: 56008-0700430-101510-001380 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Interim Water Director Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2018 Kimley)))Horn Kimley-Horn and Associates, Inc. 801 Cherry Street, Suite 1300 Fort Worth, Texas 76102 (817) 335-6511 OFFIOAF, RECORD CITE' SECRETARY FT. WORTH, TX 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 00 0010-1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 1 of 4 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 00 i i i-3 lkivi 0021 1 Irk.-Qtians to Bidders 00-4 -00 00 42 43 Proposal Form Unit Price 00 43 1-3 Bid-BeHd 0015 11 ' 00 45 12 Prequalification Statement 0045 I? 00 45 26 Contractor Compliance with Workers' Compensation Law 00-4 -5-40 Minefity Business Enter-pfise Goal 00 52 43 Agreement 00 61 25 Certificate of Insurance 0062 13 Performance Bond 00 62 14 Payment Bond 00 62 19 Maintenance Bond o�2 00-7300 ✓..rpplafneatar-y Conditions 0073 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects Division 01 - General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01-34-2-J Projeet Meetings 04-32 4 6 043-33 P 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 1 T 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01-70 09 nebilizatium and nerrJbilizatien 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Water and Sanitary Sewer Improvements to Serve Citadel at Presidio STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101510 Revised September 1, 2015 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 00 00 10- 2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 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 Buzzsaw site at: htvs://Proi ectDoint.buzzsaw. c om/client/fortworthpov/Resourc es/02%20- %20Construction%2ODocuments/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 if 03- W-AO Division 26 - Electrical 260500 Conunen Work Results for- Eleetrieal 26 05 10 D 260533 260543 CT Division 31- Earthwork 34-10-N We Clean 3i-234� U 2' 33 33 Berrew 31-2400 Embwikmems 31 25 00 Erosion and Sediment Control 31-36-N 113biens 31-37 09 _L' ipfap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3"11s TL 32 01 29 Concrete Paving Repair 32 1123 Flexible Base re„«see, 3211 9 321133- T :�r9 r«e tea ae ere„« e Cement T«eetea Base G 32 324-6 32-141-W Asphalt PA44--- Asphalt Pa-Ang Cf-aek Sealants 32 13 13 Concrete Paving 321320 Genefete SidewaWs, Dr-iveways BaFFier- Free Ramps and 321373 Conefete Paying joint Se&kH#s CITY OF FORT WORTH Water and Sanitary Sewer Improvements to Serve Citadel at Presidia STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101510 Revised September 1, 2015 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 0000 10-3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 4 3i44-44 32161 32 17 2 "�9 Wood Fenees a*d Gates 32-3-3 '_a 3291 1 T 32-9-2 13 I Sodding , and 3293 A 3 Treesand Shrubs Division 33 - Utilities 3301 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33-03 10 Bypass PuWiag of Existing Sewer- Systerns 330410 J ' 33--01 '_ 33-04 13 330430 T 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 33 05 20 Gonerete C,.Uff Auger Boring 33-05-Q I T 33 05 22 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Exploratory Excavation for Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 334-1 1' , Bar- V&apped; Steel Cylinder- TW-e 33 11 14 Buried Steel Pipe and Fittings 32 11 15 -Pre 33 1210 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33-42 3J GembiiRAien Air- Valve Assemblies foF P"le Water- Syst 33 1240 Dry -Barrel Fire Hydrants 33 1250 33 1260 Blow -off Valves 33 3,1 13 Fiber -glass ReLnfer-eed Pipe for GmNrity Sanitwy Sew CITY OF FORT WORTH Water and Sanitary Sexmr Improvements to Serve Citadel at Presidio STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101510 Revised September 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of4 33 31 1` 14DPE Pipe Fef Smitar-y Sewers Fefee Mains) 33 31 20 (Gravity and Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 32 3133 Sanitary Sewer- Shp Li 33-3-,13 Canit&Fy S Pipe En 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 0 33 39 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Filler -glass Mnnheles 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Rainfi)reed Conerete Storm Sewer Pipe/Culverts 32 11 11 I 3346 0 Swage 33-46 91 e 33-46-N Try 33 49 10 Cast in Plaee Manheles and Junetion Boxes 33-49 0 £-moband Dro 33 49-40 Ft®. Division 34 - Transportation 34 4I-10 T. afe Signals 3441 13 3441 0 Roadway llktrniaMien Assemblies 34-44-M A-luff "Umsigns 3471 13 Traffic Control Appendix GG 4.01 GC-4.02 Subsurface and Physical Conditions ECG-4.01 TJ_ GG-4.0� LI GG 6.0 W-ag"Wes GG 6.09 Per-frAs and Utilities GE-6. 1 GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitary Sex+er Improvements to Serve Citadel at Presidia STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101510 Revised September 1, 2015 00 42 43 -1 BID PROPOSAL -DAP Page 1 of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. I Description I Specification Section No. I MeasUnittof Bid Quantity Unit Price I Bid Value UNIT 1: WATER IMPROVEMENTS 3201.0616 Conc PVmt Repair, Arterial/Industrial 32 01 29 SY 92 $153.47 $14,119.24 3305.0109 Trench Safety 33 05 10 LF 6698 $2.06 $13,797.88 3305.1003 20" Casing By Open Cut 33 05 22 LF 693 $155.00 $107,415.00 3305.1103 20" Casing By Other Than Open Cut 33 05 22 LF 64 $350.00 $22.400.00 13311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 7 $4,309.00 $30,163.00 13311.0141 6" Water Pipe 3311 10, 33 11 12 LF 327 $30.90 $10,104.30 13311.0241 8" Water Pipe 3311 10,3311 12 LF 3239 $32.96 $106,757.44 13311.0251 8" DIP Water 3311 10 LF 64 $43.26 $2,768.64 ^ 13311.0341 10" Water Pipe 3311 10,3311 12 LF 1766 $38.11 $67,302.26 I3311.0351 10" DIP Water 3311 10 LF 102 $85.49 $8,719.98 f 3311.0441 12" Water Pipe 3311 10,3311 12 LF 1200 $47.38 $56,856.00 13312.0001 Fire Hydrant 33 12 40 EA 15 $3,759.50 $56.392.50 13312.0108 Connection to Existing 24" Water Main 33 12 25 EA 1 1 $5.768.00 $5.768,00 13312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 1 $5,478.57 $5,478.57 13312.2003 1" Water Service 33 12 10 EA 12 1 $1,339.00 $16,068.00 3312.2203 2" Water Service 33 12 10 EA 1 22 1 $1,751.00 $38,522.00 3312.3002 6" Gate Valve 33 12 20 1 EA 1 18 1 $1,313.251 $23,638.50 3312.3003 8" Gate Valve 33 12 20 1 EA 1 19 1 $1,854.001 $35,226.00 3312.3004 10" Gate Valve 33 12 20 1 EA 1 13 1 $2,060.001 $26.780.00 -` 3312.3005 12" Gate Valve 33 12 20 1 EA 1_ _ 4 _ _1_$2,781.001 $11.124.00 3471.0001 Traffic Control 3471 13 1 MO 1 1 1 $5,000.001 $5,000.00 TOTAL UNIT It: WATER IMPROVEMENTS $664,401.31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 Water and Wastewater Improvements to Serve Citadel at Presidio 101510 00 42 43 -1 BID PROPOSAL -DAP Page 2 of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. I Description I Specification Section No. I Unit f Measre I Bid Quantity Unit Price I Bid Value UNIT II: SANIITARY SEWER IMPROVEMENTS �3301,0002 Post -CCTV Inspection 3301 31 LF 4210 $0.52 $2,189.20 3301.0101 Manhole Vacuum Testing 3301 30 EA 19 $128.75 $2,446.25 13305.0109 Trench Safety 33 05 10 LF 4210 $2.06 $8,672.60 13305.0113 Trench Water Stops 33 05 15 EA 9 $412.00 $3,708.00 3305.1003 20" Casing By Open Cut 33 05 22 LF 551 $155.00 $85,405.00 13331.4108 6" Sewer Pipe 33 11 10, 33 31 12, 33 31 LF 347 $42.23 $14,653.81 13331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 31 LF 3122 $46.35 $144,704.70 13331.4201 10" Sewer Pipe 33 11 10, 33 31 12,33 31 LF 551 $53.56 $29,511.56 13331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 LF 190 $16.00 $3,040.00 13339.0001 Epoxy Manhole Liner 33 11 10, 33 31 12, 33 31 VF 77 $206.00 $15,862.00 3339.0003 Wastewater Access Chamber 13339.1001 333940 EA 13 $2,956.10 $38.429.30 4' Manhole 33 39 10, 33 39 20 EA 15 $2,958.16 $44,372.40 13339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 4 $8,831.22 $35,324.88 13339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 123 $178.19 $21,917.37 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $450,237.07 CITY OF FORT WORTH Water and Wastewater Improvements to Serve Citadel at Presidlo STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 101510 00 42 43 -1 BID PROPOSAL -DAP Page 3 of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. I Description I Specification Section No. I Unit f I Bid Quantity Unit Price I Bid Value Measre Bid Summary UNIT I: WATER IMPROVEMENTS $664,401.31 UNIT II: SANIITARY SEWER IMPROVEMENTS $450,237.07 Total Construction Bid $1,114,638.38 Contractor agrees to complete WORK for FINAL ACCEPTANCE wi[hiu 175 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. BIDDER: By. Brad Catlett Acadia Services, LLC 6750 Boulevard 26 1 (Signature) Richland Hills, TX 76108 Title: President Date: /i/tl �►jr END OF SECTION CITY OF FORT WORTH Water and Wastewater Improvements to Serve Citadel at Presidio STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 101510 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 i SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvne" box Drovide the complete maior work tvDe and actual description as vrovided by the Water DeDartment for water and sewer and TPW for Davin2. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, New Acadia Services, LLC 4/ 19/2019 Development, Open Cut, 12-inch ,. diameter and smaller. Sewer Collection System, New Development, Open Cut, 12- inches and smaller. Auger Boring-24-inch Diameter Skaggs Road Boring, Inc. 10/31/18 and less. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Acadia Services, LLC BY: Brad Catlett 6750 Boulevard 26 .. Richland Hills, TX 76108 ci;L5�7 (Signature) TITLE: President DATE: i i END OF SECTION i M w CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12—Prequalification Statement 2015—DAP-Citadel WW W.DOCX Form Version September 1, 2015 i ., Map i *. 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101510 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Acadia Services, LLC Company 6750 Boulevard 26 Address Richland Hills, TX 76180 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § Brad Catlett By: (Please Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Z3k-4m 1�� , known to me to be the person whose name is subscribed to the foregoinstrument, and acknowledged to me that he/she executed the same as the act and deed of i i�tCe:C �— for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AI.'D SEAL OF OFFICE this 0TL day of 7Oe , 20 / Nota1}✓Pu iZ'I�d Statetoas R Rebecca A PaizMy commission Expires 10/24/2021 ID No. 131326162 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sexser Improvements to Serve Citadel at Presidio STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101510 Revised April 2, 2014 am r 005243-i Developer Awarded Project Agreement Pagel of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 6/11/18 is made by and between the Developer, North 4 Presidio, LLC authorized to do business in Texas ("Developer"), and Acadia Services, LLC, 5 authorized to do business in Texas, acting by and through its duly authorized representative, 6 ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Water and Sanitary Sewer Improvements to Serve Citadel at Presidio 16 City Proiect Number 101510 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 1-> calendar days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in _ 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer zero Dollars ($0.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. W M CITY OF FORT WORTH Water and Sanitary Sewer Improvements to Serve Citadel at Presidio STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101510 Revised June 16, 20I6 M MP i MR M w W MP 005243-2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of One million one hundred fourteen six hundred thirty 39 eight and 38/100 Dollars ($ 1,114,638.38). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 43 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 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 hater and Sanitary Seiver Improvements to Serve Citadel at Presidio STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101510 Revised June 16,2016 LJ i K, i 005243-3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to overate 80 and be effective even if it is alleged or vroven that all or some of the damages being 81 sou ht were caused, in whole or in hart, by anv act. omission or neLligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is svecifically intended to overate and be effective even if it is alle eg d or 92 proven that all or some of the damages being sought were caused. in whole or in part. 93 by anv act, omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98 the Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Water and Sanitary Seicer Improvements to Serve Citadel at Presidio STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101510 Revised June 16, 2016 W 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 115 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly 118 authorized signatory of the Contractor. so 119 120 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple w� 121 counterparts. 122 123 This Agreement is effective as of the last date signed by the Parties (`Effective Date"). 124 +* Contractor: Developer: By: By: (Signature) (Signature) Brad Catlett Artemio De La Vega (Printed Name) (Printed Name) Title: President Title: Manager - Company Name: Acadia Services, Company name: North Presidio, LLC LLC Address: 6750 Boulevard 26 Address: 4514 Cole Avenue, Suite 1100 City/State/Zip: Richland Hills, TX City/State/Zip: Dallas, TX 75025 76180 IttIZo�� Date Date 125 M W CITY OF FORT WORTH Water and Sanitary Sewer Improvements to Serve Citadel at Presidia STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101510 Revised June 16, 2016 AN T 1 2 3 _ 4 5 6 7 8 9 10 11 12 13 14 15 16 006213-1 PERFORMANCE BOND Page 1 of 3 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Acadia Services, LLC, known as "Principal" herein and FCCI Insurance Company, a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, North Presidio, LLC authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, One million one hundred fourteen thousand six hundred thirty eight dollars and 38/100 Dollars ($1,114,638.38), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 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 2018-045 and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 111 day of June 2018, which Contract is hereby referred to and made a part hereof for all 22 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories R 23 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 24 said Contract designated as Water and Sanitary Sewer Improvements to Serve Citadel at 25 Presidio. 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 Water and Sanitary Sewer Improvements to Serve Citadel Presidio STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101510 Revised January 31, 2012 i 4M Bond # 4401826 00 62 13 - 2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 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 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 11I day of June 2018. ATTEST: (Principal) Secretary Witness as to Principal Witness as to Surety PRINCIPAL: 4C4,44• ..St./vd'csS LL BY: 61� Signature Name and Title Address: G?S7 &,j L4 K -44,. 4 ft , , t 7G IYO SURETY: FCCI Insurance Comnanv 6300 Universitv Parkway Sarasota. FL342400 B Signature William Adam Ouav Attornev-In- act - \ Name and Title Address: 401 Coneress Ave Suite 1400 Austin. TX 78701 Telephone Number: 512473-4520 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water and Sanitary Sewer Improvements to Serve Citadel Presidio STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101510 Revised January 31, 2012 10-00071571 FCCrGROUPINSURAME More than a policy. A promise. GENERAL POWER OF ATTORNEY KM& all men by these presents' That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen, Bale; Frank Cruz; Juanita Austin; Carolyn Maples; Greg A Wilkerson; John R Wilson; Cathy Vinson; Phyllis Carnley; Jennifer Queen; Bonni Stafford; Eunice Duong; William Adam Quap Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $7,500,000): $7,500,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. CERTIFICATE 006214-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Acadia Services, LLC, known as "Principal' herein and FCCI Insurance 8 Company, a corporate surety(sureties, if more than one) duly authorized to do business in the 9 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 10 the Developer, North Presidio, LLC authorized to do business in Texas ("Developer") and the 11 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, One million one 12 hundred fourteen thousand six hundred thirty eight dollars and 38/100 Dollars ($ 1,114,638.38), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 14 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 15 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 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 2018-045 and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the I Ith day of June, 2018, which Contract is hereby referred to and made a part hereof 22 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 23 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 24 designated as Water and Sanitary Sewer Improvements to Serve Citadel at Presidio. 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 Water and Wastewater Improvements to Serve Citadel at Presidio STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101510 Revised January 31, 2012 - i EM M - M 006214-2 PAYMENT BOND Bond # 4401826 Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the llth day of 6 June , 2018. ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary PRINCIPAL: ,4C BY: Signature Q. �c G Name and Title Address: (� % S-0 dt., f Z! SURETY: FCCI Insurance Comnanv 6300 Universitv Parkwav Sarasota, FL 34240 B Signature _ William Adam OuaD Attornev-In-Fact Name and Title Address: 401 Conlress Ave Suite 1400 *� Austin. TX 78701 Witness as to Surety Telephone Number: 512-473-4520 7 8 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 9 bylaws showing that this person has authority to sign such obligation. If Surety's physical 10 address is different from its mailing address, both must be provided. 11 12 The date of the bond shall not be prior to the date the Contract is awarded. 13 END OF SECTION CITY OF FORT WORTH Water and Wastewaterlmprovements to Serve Citadel at Presidio STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101510 '� Revised January 31, 2012 10-00071570 FCCYMW�INSMOM More than a policy. A promise. GENERAL POWER OF ATTORNEY I< ow aili �n by these presents: That the FOCI Insurance Company, a Corporation otganlid and 6 isft under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: All P ;. Frank Cruz; Juanita Austin; Carolyn Maples; Greg A Wilkerson; John R Wilson;,Cathy Vinson; Phyllis Carnley; Jennifer Queen; Bonni Stafford; Eunice duong; William Adam Quap Ea; its true and lawful Attorney -In -Fact, to make; execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $7,500,000): $7,500,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. CERTIFICATE 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 § f 7 That we, Acadia Services, LLC, known as "Principal' herein and FCCI Insurance 8 Company, a corporate surety(sureties, if more than one) duly authorized to do business in the 9 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 10 the Developer, North Presidio, LLC authorized to do business in Texas ("Developer") and the 11 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One million one i 12 hundred fourteen thousand six hundred thirty eight dollars and 38/100 Dollars ($1,114,638.38), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment dffl 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 2018-045 and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 1 lth day of June, 2018, which Contract is hereby referred to and a made part hereof 23 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 24 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 25 a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract 26 and designated as Water and Sanitary Sewer Improvements to Serve Citadel at Presidio. 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH Water and Sanitary Sewer Improvements to Serve Citadel at Presidio STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101510 Revised January 31, 2012 M 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 BOND # 4401826 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 Water and Sanitary Sewer Improvements to Serve Citadel at Presidia STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101510 Revised January 31, 2012 BOND # 4401826 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 1 day of 3 (/ iJ rv. .2018. 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 ATTEST: (Principal) ?ecretaryv Witness as to Principal ATTEST: ess as to Suf__i� PRINCIPAL:4 % BY: Signature j __4 Name and Title Address: 4 ? !�D /, j 1--A 2�4 key i.4 hu, , i x ?61$ o SURETY: FCCI Insurance Comnanv 6300 Universitv Parkwav Sarasota. FL 34240 Signature F` - William Adam Ouap Attornev-In-Fact Name and Title Address: 401 Congress Ave Suite 1400 Austin, TX 78701 Telephone Number: 512-473-4520 ote: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water and Sanitary Sewer Improvements to Serve Citadel at Presidio STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101510 Revised January 31, 2012 10-00071569 FOCI® R More than apolicy. Apromise. GENERAL POWER OF ATTORNEY I rtt�w M men by these presents: That the FCCI Insurance Company, a Corporation organked, i46i'8#rYg under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen_ Bale; Frank Cruz; Juanita Austin; Carolyn Maples; Greg A Wilkerson; John R Wilson; Cathy Vinson; Phyllis Camley; Jennifer Queen; Bonni Stafford; Eunice Duong; William Adam Quap ea lf, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $7,500,000): $7,500,000.00 Power of Attorney is made and executed by authority of a. Resolution adopted by the Board of Directors. That resolution also authored any further actio>n by the officers of the Company necessary to effect such transaction. w MM w w MM STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS MY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page .. Article 1— Definitions and Terminology..........................................................................................................1 1.01 Defined Terms............................................................................................................................... I 0A 1.02 Terminology..................................................................................................................................5 Article2 — Preliminary Matters......................................................................................................................... 6 2.01 Before Starting Construction........................................................................................................6 2.02 Preconstruction Conference..........................................................................................................6 2.03 Public Meeting.............................................................................................................................. 6 Article3 — Contract Documents and Amending.............................................................................................. 6 3.01 Reference Standards.....................................................................................................................6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 i 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 r" 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 CONDMONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services.............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site...................................................................................................................26 Article 7 - City's Responsibilities......................................................................................... 7.01 Inspections, Tests, and Approvals.............................................................................................. 26 7.02 Limitations on City's Responsibilities.......................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8 - City's Observation Status During Construction...........................................................................27 8.01 City's Project Representative.....................................................................................................27 8.02 Authorized Variations in Work..................................................................................................27 8.03 Rejecting Defective Work..........................................................................................................27 8.04 Determinations for Work Performed..........................................................................................28 Article9 - Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work...............................................................................................28 i 9.02 Notification to Surety ..................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Mw Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................29 11.01 Notice of Defects........................................................................................................................ 29 11.02 Access to Work........................................................................................................................... 29 11.03 Tests and Inspections..................................................................................................................29 11.04 Uncovering Work..................................................................................................................:....30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work................................................................................ 30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work............................................................................................. 31 M" Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title................................................................................................... 32 12.02 Partial Utilization........................................................................................................................32 i 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article13 - Suspension of Work....................................................................................................................33 13.01 City May Suspend Work............................................................................................................33 Article14 - Miscellaneous..............................................................................................................................34 14.01 Giving Notice..............................................................................................................................34 .� CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 w i 14.02 Computation of Times..................................................................................... ........ 34 ................... 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 M wh i i MM w am CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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, andlor 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 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder _ iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond ' f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings ` P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDMONS — 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 00 73 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 W 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at S: 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.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 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: 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 00 73 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 00 73 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 00 73 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 00 73 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 party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations _ a. Statutory limits b. Employer's liability CrrY OF FORT WORTH STANDARD CrrY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance - Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no _. less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 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 CONDMONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: _ N/A Write the name of the railroad company. Of none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: b. Each Occurrence: : Enter limits provided by Railroad Company (If none, write none) Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CrrY OF FORT WORTH STANDARD CrrY COMMONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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 COMMONS — 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 n 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 0073 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.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: .. 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) 0 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 CONDMONS — 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. Penaltyfor 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 lth 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 fmal 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 CrrY OF FORT WORTH STANDARD CrrY 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 T 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 F 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 MY OF FORT WORTH STANDARD MY 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 0073 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 finnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, - agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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. T 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. CrrY OF FORT WORTH STANDARD CITY CONDMONS — 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 S — 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 s 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 T 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 0073 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work r 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 CrrY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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 CrrY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 i 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 0073 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 if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 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. CrrY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2 3 PART1- GENERAL SECTION 01 11 00 SUMMARY OF WORK 01 11 00-1 SUMMARY OF WORK Pagel of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] I •, 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 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] w 9 PART 2 - PRODUCTS [NOT USED] .. 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 d, MR OR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 012500-1 i SUBSTITUTION PROCEDURES Pagel of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES i 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 i 11 c. Trade name 12 d. Catalog number 13 i 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. 22 No 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 31 catalog numbers. Mr 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Paget of4 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, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 rw 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 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] I 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 T 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature _ Recommended Recommended as noted Firm Not recommended _Received late Address By Date Telephone For Use by City: Approved City Date Remarks Rejected CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 31 19 - 1 PRECONSTRUCTION MEETING Pagel of3 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. 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 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 execution of the 28 Agreement and before Work is started. 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. Project Representative 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 [Insert Project Name] [Insert Project Number] rr I •• 2 3 4 i 5 6 7 i 8 9 10 i 11 12 13 14 15 16 17 18 19 20 21 22 - 23 24 25 26 27 rt 28 29 30 31 32 33 34 35 36 37 38 39 40 .. 41 42 43 44 45 w 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 [Insert Project Name] [Insert Project Number] i 01 31 19 - 3 i PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] i 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 [Insert Project Name] [Insert Project Number] ad Mfi M M In on 013300-1 SUBMITTALS Pagel of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 !„ 26 27 28 29 30 31 ' 32 33 34 35 36 - 37 38 39 — 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] M w em an w Poo 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] M i FM M ", F" M 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 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] M M w No MR .r lr_—] M M M 01 33 00 - 4 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 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] M MM M M 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 ON 21 22 23 24 25 26 27 28 29 30 31 32 33 i 34 35 36 an MW M M 37 38 39 40 41 42 43 44 45 46 47 48 01 33 00 - 5 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] i M Pr w i w M MP w 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 .r 42 43 44 45 46 47 48 49 013300-6 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 City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] i i ., W M AM 01 33 00 - 7 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. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 [Insert Project Name] [Insert Project Number] 01 33 00 - 8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] MM 1 2 3 4 .r 5 6 7 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 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 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. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. 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 01 31 13 G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 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 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 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. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] i pr an MM 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 (Insert Project Name] [Insert Project Number] 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 4 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 no y .r 13 im w pe w Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 — 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 — 4 5 6 Date: 7 8 CPN No.: - 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE - 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 it 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 - 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 up pa r 3 4 1 2 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B Fox, H DOE /[O. ]U= Project Ilw1w. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 " 1 2 3 PART1- GENERAL 014523-1 TESTING AND INSPECTION SERVICES Pagel of2 SECTION 0145 23 TESTING AND INSPECTION SERVICES 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 City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] M j" �1 rt 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 25 26 27 28 29 30 014523-2 TESTING AND INSPECTION SERVICES Page 2 of2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUNIlAARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 5000 -1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 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 A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 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 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance With applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] r. MM i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 [Insert Project Name] [Insert Project Number] 01 50 00 - 4 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] i 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE MN 8 no Eft y CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] No Mt M 01 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel 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 Mt 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. r" 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. i 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. M CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] M dw M Mm RM 015526-2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] w 1 2 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] Im am w M M M on ohs M 01 57 13 - I STORM WATER POLLUTION PREVENTION Pagel of3 1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] i w 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 015713-2 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) S WPPP 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) S WPPP 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. S WPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of S WPPP 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] Mp 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP i 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] PM 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] i 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] i 13 END OF SECTION 14 Revision Log DATE NAME SUNEWARY OF CHANGE 15 i W CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page] of2 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 located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 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 10/12/12 D. Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 66 00 -1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page] of4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 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 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 66 00 - 2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 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 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 40 NO 1�1 No 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page of Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] M 1 2 3 PART1- GENERAL 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 w 33 017423-1 CLEANING Pagel of 4 SECTION 0174 23 CLEANING 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. dM CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 i .o M i Fft MW 01 74 23 - 2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] M W 4W Fft M 017423-3 CLEANING Page 3 of4 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. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 i 2 wr MW Mi MR MR 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project Name] [Insert Project Number] 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] " 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: ,. 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work r' 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 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 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUNDAARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 01 78 23 - 1 =4 OPERATION AND MAINTENANCE DATA Pagel of 5 00 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA M" 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 0133 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 '/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 MP CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] da on M" 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] M I •• 2 3 4 MW op i d- am 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] rr dod 01 78 23 - 4 ■w OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications i 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions _ 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams — 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly _ 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 01 78 23 - 5 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 Md Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed 8 r Rd CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name) [Insert Project Number] MR W .y 2 3 PART1- GENERAL 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 017839-1 PROJECT RECORD DOCUMENTS Pagel of4 SECTION 0178 39 PROJECT RECORD DOCUMENTS 1.1 SUMMARY A. Section Includes: I. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] 1 2 3 4 w 5 6 *• 7 8 9 +.� 10 11 12 13 14 15 16 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 19 20 21 22 23 24 25 26 27 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] I +' 2 3 4 ++� 5 6 7 8 w.. M 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 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page of 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. r CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 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 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Number] i i GEOTECHNICAL EXPLORATION CITADEL — RETAIL BUILDINGS SWC of Heritage Trace Parkway and IH 35 West Fort Worth, Texas ALPHA Report No. W 172146-B .. October 20, 2017 w w Prepared for: NORTH PRESIDIO, LLC 4514 Cole Avenue, Suite 1100 Dallas, Texas 75205 Attention: Mr. Artemio De La Vega Prepared By: ALPHA #NtTESTING ++ WHERE IT ALL BEGINS ALPHA #kTESTING Geotechnical 5058 Brush Creek Road Tel. 817-496-5600 Construction Materials Fort Worth, Texas 76119 Fax: 817-496-5608 Environmental www.alphatesting.com WHERE IT ALL BEGINS TBPE Firm No. 813 October 20, 2017 North Presidio, LLC 4514 Cole Avenue, Suite 1100 Dallas, Texas 75205 Attention: Mr. Artemio De La Vega Re: Geotechnical Exploration Citadel — Retail Buildings SWC of Heritage Trace Parkway and IH 35 West Fort Worth, Texas ALPHA Report No. W 172146-B Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Artemio De La Vega on August 4, 2014 and performed in accordance with ALPHA Proposal No. 59792-rev2, dated August 2, 2017. Geotechnical recommendations for the new Lowe's Store and reconstruction of Heritage Trace Parkway, also authorized with the referenced proposal, will be issued under separate covers. 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 geotechnical recommendations to aid in design of foundations and pavement. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing the final geotechnical exploration, please contact our office. Sincerely, ALPHA TESTING, INC. Digitally signed by Mahsa Hedayati n DN: cn=Mahsa Hedayati, email=mhedayati@alph atesting.com, c=US Date: 2017.10.20 16:34:31 -05'00' Mahsa Hedayati, Ph.D., P.E. Geotechnical Project Manager MHBJH/mh Copies: (1-PDF) Client ' OF 6 C, rF��s1°a * MAHSA HEDAYATI * Is .90:.....120507 .....:41�.ids Po�p'o�cS<'ENS�� G\�eo � 0 �'sIOXf EN October 20, 2017 Axpali * Brian J. oyt, P.E. Geotechnical Department Manager -__.. ____ ___-_-__- Q.�llac � C.....♦ U1�.....1. � u,...._r .. � C,..._ S_.._4. .. 7.. TABLE OF CONTENTS ALPHA REPORT NO. W172146-B 1.0 PURPOSE AND SCOPE.................................................................................................... 1 2.0 PROJECT CHARACTERISTICS...................................................................................... 1 3.0 FIELD EXPLORATION.................................................................................................... 3 4.0 LABORATORY TESTS.................................................................................................... 3 5.0 GENERAL SUBSURFACE CONDITIONS...................................................................... 4 6.0 i DESIGN Recommendations............................................................................................... 4 6.1 Existing Fill and Demolition of Existing Structures ............................................... 5 6.2 Foundation Systems Summary ............................................................................... 5 ,i 6.3 Drilled and Under -reamed Piers (Buildings 1 through 13, 16 and 18 through 23)..................................................... 6 6.4 Floor Slabs Associated with Drilled Piers and Potential Seasonal Movements ..... 7 6.4.1 Subgrade Improvement Using Moisture Conditioning ............................... 8 6.5 Slab -on -Grade Foundations.................................................................................... 9 6.5.1 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade ...... 10 6.6 Lateral Earth Pressures......................................................................................... 10 6.7 Foundations for Site Retaining Walls................................................................... 12 6.8 Seismic Considerations......................................................................................... 12 .� 6.9 Flatwork................................................................................................................ 12 6.10 Pavement...............................................................................................................13 6.10.1 PCC Pavement Section............................................................................ 13 6.10.2 Lime Stabilization of Pavement Subgrade 14 6.11 Drainage and Other Considerations...................................................................... 15 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ........................... 16 7.1 Site Preparation and Grading................................................................................ 16 7.2 Foundation Excavations........................................................................................ 18 7.3 Fill Compaction.................................................................................................... 19 7.4 Groundwater......................................................................................................... 20 8.0 LIMITATIONS................................................................................................................. 20 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figures 1 A and 1 B B-1 Methods of Laboratory Testing Swell Test Results — Figures 2A, 2B and 2C Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W 172146-B #Nk 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. ("ALPHA") to evaluate for the "Client" some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by T 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 conducted on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems F and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular _ time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to construct a retail development, consisting of 26 retail buildings with associated pavement and drives on a tract of land generally located at the southwest corner of Heritage Trace Parkway and IH 35 West, in Fort Worth, Texas. A site plan illustrating the general outline of the property is provided as Figure 1, the Boring Location Plan, in the Appendix of this report. The proposed buildings and pavement and their respective borings are summarized in Table A. At the time the field exploration was performed, the site was an open field with some scattered trees. Review of historical images available from Google Earth® indicates an abandoned gas well pad with associated access road was present outside the southwestern boundary of the site, in vicinity of Borings 68, 85, 89, 136, 180 and 185. Some existing buildings with associated — parking areas were observed in the southeastern portion of the site, in vicinity of Buildings 19 through 23. Information regarding previous earthwork or development on site was not provided to us at the time of this study. Preliminary grading plans provided by Kimley Horn and Associates (Project No. 061295400, Dated November 2016) indicate the site generally slopes down towards the southwest about 60 ft (Appx. Elev. 757 ft to Elev. 697 ft). The referenced grading plans indicate cuts and fills of up to about 14 ft will be required to achieve final grade within the building pad areas. ALPHA Report No. W 172146-B TABLE A New Buildings Description, Associated Boring Numbers and Depths Building Numbers' Boring Numbers Boring Depths (ft) 1 89 and 90 25 2 86, 87 and 88 25 3 83 and 84 25 4 81 and 82 25 5 67 and 80 35 and 25 6 78 and 79 25 7 76 and 77 25 8 66, 75, 76 and 77 35, 25, 25, 25 9 72 through 75 I 25 10 60, 70 and 71 I 25 112 I 87, 88, 94 and 95 I 25 12 I 97 I 25 13 f 98, 99 and 129 I 25 14 I 103 and 104 25 15 I 105 and 106 25 16 111, 112 and 113 25 17 109, 110, 114 and 115 I 25 18 I 91 I 25 19 I 92 I 25 20 I 93 I 25 21 I 94 I 25 22 95 I 25 23 96 25 24 I 100 25 25 101 and 102 I 25 26 I 65, 107 and 108 I 35, 25 and 25 1 Building numbers are displayed on the Boring Location Plan, Figure 1, in the Appendix. 2 Building 11 was not included in the original site plans provided to us at the time of our proposal. Therefore, borings were not planned within this building pad. Borings drilled for adjacent buildings are used to develop foundation recommendations for Building 11. We understand the proposed structures could be supported on drilled piers with grade supported floor slabs designed for potential seasonal movements of about 1 inch. Alternatively, some buildings could also be supported using slab foundations designed for potential seasonal K ALPHA Report No. W 172146-B #It movements of about 1 inch. No below grade slabs are planned. The pavement for the project will consist of Portland cement concrete (PCC). We understand site retaining walls with heights of up to 23 ft are planned along the northern, eastern and western boundary of the property. In addition, some site retaining walls with heights of up to about 5 ft are planned within the property, around Buildings 14 and 15. Lateral earth pressure parameters and general foundation recommendations for retaining walls are provided in this report. Global stability analyses and associated recommendations for retaining walls are considered outside the scope of this study. We understand global stability analyses of retaining walls will be performed by others. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 118 test borings in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The number and depths of the borings are summarized in Table B, below. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix of this report. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Number of Borings 5 47 21 45 TABLE B Boring Nos. and Associated Depths 1. z Boring Numbers 64 through 68 69 through 115 116 through 136 142 through 186 Boring Depths (ft) 35 25 20 5 ' Borings 1 through 63 were drilled for the Lowes store for which recommendations are issued in a separate report. 2 Borings 137 through 141 were drilled for pavement recommendations pertaining to modifications proposed for Heritage Trace Parkway which will be provided in a separate report. Subsurface types encountered during the field exploration are presented on Log of Boring sheets included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be c ALPHA Report No. W 172146-B #NL found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on Log of Boring sheets or on summary data sheets enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS T Based on the Geologic Atlas of Texas Dallas Sheet from the Texas Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the Pawpaw, Weno Limestone, and Denton Clay formations mapped as undivided. The Pawpaw formation generally consists of claystone, mudstone, and sandstone. The Weno Limestone formation generally consists of limestone with alternating layers of clay. The Denton Clay formation generally consists of alternating clay, marl (limy shale), and limestone. Residual overburden soils associated with these undivided formations generally consist of clay soils with moderate to high shrink/swell characteristics. Subsurface conditions encountered in about half of the building borings (those drilled to depths of about 20 ft to 35 ft) generally consisted of clay (clay, shaly clay, sandy clay, calcareous clay and/or gravelly clay) to depths of about 2 ft to 23 ft below the ground surface underlain by shale and/or limestone. Subsurface conditions encountered in the remaining building borings generally consisted of clay extending to the termination depth of the borings. Limestone seams and layers of various thicknesses were encountered at various depths within the clay soils in several of the building borings. Clay generally extended to the 5 ft termination depth of the pavement borings. The upper 2 ft to 6 ft of soil below the existing ground surface in Borings 92 through 94, 96, 144, 174, 176, 183, 184 and 185 was visually classified as fill material. About 6 inches of concrete was encountered at the ground surface in Borings 91, 94, 183 and 186. More detailed stratigraphic information is presented on the Log of Boring Sheets attached to this report. The clay, sandy clay, shaly clay, limestone and shale materials encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. During the field investigation, free groundwater was encountered on drilling tools during drilling or in the open boreholes immediately upon completion of the drilling at depths of about 12 ft to 25 below the existing ground surface in Borings 89, 102, 109 and 113. Groundwater was not T encountered at the remaining borings. It is common to encounter seasonal groundwater in fill material, from fractures within the clayey matrix, at the soil/rock interface (shale or limestone) or _ from fractures within the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix of this report. 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 4 ALPHA Report No. WI 72146-B #Nk the project criteria change, including the building locations, our office should conduct a review to determine if modifications to the recommendations are required. The following design criteria given in this report were developed considering the building pads will be constructed at final grades as shown on the referenced preliminary grading plans. Cutting or filling on the site other depicted on the preliminary grading plans can alter the recommended design parameters. Therefore, it is recommended our office be provided with a copy of final grading plans to verify appropriate design parameters are utilized for final design. 6.1 Existing Fill and Demolition of Existing Structures As discussed in Section 5.0, existing fill was encountered to depths of about 2 ft to 6 ft below the existing ground surface in Borings 92 through 94, 96, 144, 174, 176, 183, 184 and 185. It is not known if this fill was placed under engineering supervision with compaction records. If compaction records for this fill cannot be obtained, the fill should be treated as uncontrolled fill. Uncontrolled fill is generally not suitable for support of foundations or floor slabs. Any existing uncontrolled fill should be removed from the building pad areas and replaced with engineered fill in accordance with the recommendations in Section 6.4 or Section 7.3 as applicable. The 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 fill is not known. Test pits could be performed prior to construction to verify the lateral extent, depth, and nature of the fill. ALPHA would be pleased to provide this service if desired. We understand the existing buildings and pavement in the southeastern portion of the site will be removed prior to construction of the new buildings. Any soil disturbed due to removal of the pavement, structures or foundations should be re -compacted in accordance with recommendations provided in Section 6.4 or Section 7.3 as applicable. All foundation elements of the existing structure should be removed or cut off at least 1 ft below finished grade or 1 ft below the new structural elements, whichever is deeper. All abandoned utility lines should be either removed or positively sealed to prevent possible water seepage into subgrade soils. 6.2 Foundation Svstems Summary Our findings indicate most of the proposed buildings could be supported using a system of drilled and underreamed piers or with a slab on grade foundation, as summarized in Table C. TABLE C Recommended Foundation System Building Numbers' 1 through 13, 16, and 18 through 23 14, 15, 24, 25 and 26` Recommended Foundation System Drilled and Underreamed Piers Slab on Grade Foundation ' Slab foundations could also be considered for any of the building listed for underreamed piers. 2 Building numbers are shown no the Boring Location Plan, Figure 1 in the Appendix. ALPHA Report No. W 172146-B #NL Building 17 has a relatively large plan area. Therefore, a slab foundation may not be practical Yfor this building. Based on conditions encountered in Borings 109, 110 and 125 drilled on the east side of the building, underreamed piers could be used to support Building 17. However, based on conditions encountered in Borings 114 and 115 drilled on the east side of the building, F bedrock will be at or near final grade, prohibiting underreams. Therefore, if Building 17 requires support on drilled piers, deeper borings will be required to provide straight -shaft pier recommendations. Spread footings are not recommended for buildings situated over moisture conditioned soils since moisture conditions soils are very soft. Furthermore, buildings supported with some spread footings bearing on bedrock and some spread footings bearing on soil (moisture conditioned or native) are generally subject to undesirable levels differential movements. 6.3 Drilled and Underreamed Piers (Buildings 1 through 13, 16 and 18 through 231 Our findings indicate Buildings 1 through 13, 16 and 18 through 23 could be supported using a - system of drilled and underreamed piers bearing in clay at a depth of at least 17 ft below final grade. -� Please note, limestone layers and bedrock (monolithic shale and limestone) were encountered at or near the recommended bearing depth in several borings. These limestone layers and/or bedrock could complicate or prohibit installation of the underreams. Some field adjustments in the depth of the piers may be required in some areas to penetrate through limestone layers to bear in deeper clays or to maintain underreams above the limestone layers. Furthermore, groundwater was encountered at depths of about 12 ft to 20 ft below the ground surface in Borings 89, 102, 109 and 113. Some field adjustments could be required to maintain the piers above possible water seepage. Adjustments in the depths of the piers should be observed in the field by ALPHA personnel. Test piers should be drilled outside the building pads, or in between the planned pier locations inside the building pad, to verify constructability of the bells. Drilled and underreamed piers bearing in clay at a depth of at least 17 ft below final grade can be dimensioned using a net allowable end -bearing pressure of 5.0 kips per sq ft and no skin friction component of resistance. The above bearing pressure contains a factor of safety of at least three (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. 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 clay soils within 12 ft of final grade. Uplift adhesion due to soil heave can be neglected over the portion of the pier shaft in contact with non -expansive material. 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 ALPHA Report No. W 172146-B 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. All grade beams connecting piers should be formed and not cast in earthen trenches. Grade beams should be formed with a nominal 10-inch void at the bottom. Commercially available cardboard box forms (cartons) are made for this purpose. The cardboard cartons should extend the full length and width of the grade beams. Prior to concrete placement, the cartons should be inspected to verify they are firm, properly placed, and capable of supporting wet concrete. Some type of permanent soil retainer, such as pre -cast concrete panels, must be provided to prevent soils adjacent to grade beams from sloughing into the void space at the bottom of the grade beams. Additionally, backfill soils placed adjacent to grade beams must be compacted as .r outlined in Section 7.3 of this report. 6.4 Floor Slabs Associated with Drilled Piers and Potential Seasonal Movements Our findings indicate floor slabs constructed at final elevations as shown on the referenced grading plans could experience soil -related potential movements of up to about 5 inches due to — shrinking and swelling of active clays, depending on the depth to shale or limestone. Potential movements could be less in areas where shale or limestone are at or near final grade. Indeterminate settlements could also occur where floor slabs are constructed above uncontrolled �- fill. The potential seasonal movement discussed above was estimated in general accordance with :. methods outlined by Texas Department of Transportation (TxDOT) Test Method Tex-124-E, from results of absorption swell tests 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 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding those predicted above 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. In view of these potential seasonal movements and indeterminate settlements due to compression of existing uncontrolled fill, the most positive floor system for the buildings supported on drilled and underreamed piers is a slab suspended completely above the existing expansive soils. At least 12 inches of void space should be provided between the bottom of the floor slab, or lowest suspended fixture, and top surface of the underlying expansive clays. A ventilated crawl space is preferred. Provisions should be made for (a) adequate drainage of the under -floor space and (b) differential movement of utility lines, including areas where the utility penetrates through the grade beam and/or where the utility penetrates below grade areas. If a soil -supported floor slab is utilized for the planned building, consideration should be given to a "floating" (fully ground supported, and not structurally connected to walls or foundations) floor slab. This can reduce the risk of cracking and displacement of the floor slab due to differential movements between the slab and foundations. A floor slab doweled into perimeter grade beams can develop a plastic hinge (crack) parallel to and approximately 5 to 10 ft inside the building _ perimeter. Differential movements can still occur between the grade beam and a "floating" floor slab. The structural engineer should determine the need for connections between the slab and structural elements and determine if control joints to limit cracking are needed. A properly 7 ALPHA Report No. W 172146-B #Nk designed and constructed moisture barrier should be placed between the slab and subgrade soils to retard moisture migration through the slab. We understand it is desired to reduce the movements of the floor slabs to about 1 inch. Potential movements of the floor slab could be reduced to about 1 inch by placing a minimum 2 ft of non - expansive material between the bottom of the floor slab and the top surface of moisture conditioned soils extending to a depth of at least 10 ft below the bottom of the non -expansive fill or to the top surface of bedrock (monolithic limestone or shale), whichever is encountered first. Non -expansive fill material could consist of flexible base material, select fill or onsite processed limestone as described in Section 7.3. Considering the planned fills, the presence of limestone seams and layers, and the variability in depth to limestone and shale encountered across the site, water pressure injection is not recommended for this project. Our office should be contacted if recommendations for water pressure injection are desired for any particular building. 6.4.1 Subgrade Improvement Using Moisture Conditioning Potential seasonal movements of the floor slab could be reduced to about 1 inch by -� placing at least 2 ft of non -expansive material between the bottom of the floor slab and the top surface of moisture conditioned soil extending to a depth of at least 10 ft below the non -expansive fill, or to the top surface of bedrock (monolithic shale or limestone), - whichever is encountered first. Non -expansive material could consist of select fill, flexible base material or onsite processed limestone as discussed in Section 7.3 of this report. Bedrock (monolithic shale or limestone) was encountered at depths of about 2 ft to 23 ft below the ground surface across the site. Depending on final grades, we expect bedrock ~" will be encountered within the recommended depth of moisture conditioning in some areas of the site. It is not required to over -excavate bedrock to install moisture conditioned soils or non -expansive fill. However, limestone seams and layers, which do not constitute bedrock, were also encountered at various depths within the clay overburden soils. Therefore, if limestone is encountered within the 10 ft recommended depth of moisture conditioning, test pits or pilot holes will be required to verify that sufficiently in -tact limestone is at least 3 ft thick throughout the entire building pad area prior to terminating moisture conditioning on limestone. If shale is encountered within the recommended moisture conditioning depth, test pits should be evaluated on a case by case basis to verify if over -exaction is required. ALPHA should be retained to observe the test pits and/or drill the pilot holes. Moisture -conditioning consists of over -excavating the site soils, then processing and compacting the specified minimum thickness of soil at a "target" moisture content approximated to be at least 5 percent above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). Some of the onsite soils could require compaction at a moisture content closer to optimum. Any deviation from the minimum 5 percentage points above optimum should be verified by ALPHA during construction. The moisture -conditioned soil, free of debris and any rock fragment greater than 4 inches, should be placed in about 8-inch thick loose lifts and compacted to a dry density of 93 to 97 percent of standard Proctor maximum dry density. Moisture 8 ALPHA Report No. W 172146-B conditioning of the on -site soil should extend throughout the entire building pad, at least 5 ft beyond the perimeter of the building and below any adjacent flatwork for which it is desired to reduce movements. Moisture conditioning should extend at least 10 ft beyond outward swinging doors and main entrances. However, non -expansive material should not extend beyond the building limits. If flatwork or paving is not planned adjacent to _ the structure (i.e. above the moisture -conditioned soils), a moisture barrier consisting of a minimum of 10 mil plastic sheeting with 8 to 12 inches of soil cover should be provided above the moisture -conditioned soils. Moisture -conditioned soils should be maintained .r in a moist condition prior to placement of the required thickness of non -expansive material, flatwork or plastic sheeting. The resulting estimated potential seasonal movement (about 1 inch) was calculated assuming the moisture content of the moisture -conditioned soil varies between the "target" moisture content and the `vet" condition while the deeper undisturbed in -situ — soil within the normal zone of seasonal moisture content change varies between the "dry" condition and the "wet" condition as defined by methods outlined in TxDOT Test Method Tex-124-E. —• Please note, it is the intent of the moisture -conditioning process described above to reduce the free swell potential of the moisture -conditioned soil to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify the "target" moisture content for moisture - conditioning (estimated at 5 percentage points above the material's optimum moisture = content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. In addition, it is recommended samples of the moisture -conditioned material be routinely obtained during construction to verify the free swell of the improved material is 1 percent or less. Installation of moisture -conditioned clays should be monitored and tested on a full-time — basis by a representative of ALPHA to verify the soils tested were placed with the proper lift thickness, moisture content, and degree of compaction. 6.5 Slab -on -Grade Foundations Slab foundations constructed at final grades as shown on the referenced grading plans, will be — subject to potential movements of about 5 inches and indeterminate settlements, similar to floor slabs as discussed in Section 6.4. Subgrade improvement as discussed in Section 6.4 will be _ required to reduce potential movements of the slab foundation to about 1 inch. The slab foundation should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable soil bearing pressure of 1.5 kips per sq ft may be used for design of the grade beams bearing on a moisture improved subgrade as discussed in Section 6.2. Grade beams should bear a minimum depth of 18 inches — below final grade and should have a minimum width of 10 inches. To reduce cracking as normal movements occur in foundation soils, all grade beams and floor slabs should be adequately reinforced with steel. It is common to experience some minor cosmetic distress to structures with slab -on -grade foundation systems due to normal ground 9 am ALPHA Report No. W 172146-B movements. A properly designed and constructed moisture barrier should be placed between the slab and subgrade soils to retard moisture migration through the slabs. To reduce the risk of differential movements of slab foundations, grade beams should bear entirely on limestone or entirely on soil. Over -excavation of the building pad to provide a minimum 6 inch soils cushion could be required in building pads where limestone is shallow in some areas but deeper than the grade beams in other areas. 6.5.1 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade i Provided below is information for design of the post -tensioned, slab -on -grade foundations. Design parameters provided below 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 D PTI Design Parameters Potential Seasonal Movement =1 inch (After SubSrade Treatment as Described in Section 6.4) EDGE LIFT CENTER LIFT Edge Moisture Distance, ft (ern) 3.6 7.0 Differential Soil Movement, inches (ym) 1.2 (swell) 0.9 (shrink) 6.6 Lateral Earth Pressures Site retaining walls should be designed to resist the expected lateral earth pressures. The magnitude of lateral earth pressure against retaining walls is dependent on the method of backfill placement, type of backfill soil, drainage provisions, and type of wall (rigid or yielding) after placement of the backfill. Experience demonstrates when a wall is held rigidly against horizontal movement (restrained at the top), the lateral pressure (at -rest lateral earth pressure) against the wall is greater than the normally assumed active pressure. Yielding walls (rotation at the top of the wall on the order of 0.1 to 0.4 percent of the wall height) can be designed for active earth pressures (ka) but rigid walls should be designed for higher at -rest lateral earth pressures (6). Walls should be designed using the equivalent fluid pressures provided in Table E, considering a triangular stress distribution and assuming a horizontal ground surface extending backward from the top of the wall. The equivalent fluid pressures provided do not include a factor of safety. Free Draining Granular backfill material should be a clean, non -plastic, relatively well -graded granular backfill consisting of sand, gravel, or a sand and gravel mixture (less than 5 percent finer than the No. 200 sieve size). Material meeting the gradation requirements of ASTM C33 No. 57 or 67 type material could be used for this purpose. To reduce surface water seepage into the free draining granular backfill, the top 1-ft of the backfill should consist of on - site clay soil with a plasticity index of at least 25. 10 ALPHA Report No. W 172146-B TABLE E Lateral Earth Pressure Parameters Horizontal Ground Surface Behind Wall Equivalent Fluid Pressure, pcf Material Condition Undrained including Drained Hydrostatic Pressure Free Draining At -Rest, ka=0.42 53 89 Granular Soil Active ke=0.27 0=35% y,, =125 pcf 34 79 Onsite Clayey Soil, At -Rest, ko=0.74 --- 105 (D=15°, y,, =120 pcf Active, ke=0.59 --- 96 (D = Internal Friction and y,= Effective Total Unit Weight #X The free draining granular backfill should extend outward at least 2 ft from the base of clay soils and then extend upward on a 1 (horizontal) to 2 (vertical) slope. The free draining granular backfill should be separated from the adjacent native soils using a non -woven filter fabric (Mirafi 140N, or equivalent) to prevent intrusion of native soils into the free draining granular backfill. At least 1 ft of free draining material should be provided between the back of the wall and vertical cuts in competent limestone. Complete drainage of the free draining granular material should be provided to prevent the development of hydrostatic pressures behind the wall. A typical drainage system should consist of perforated plastic drain pipes placed in filter trenches excavated parallel to the base of the walls for their entire length. The drain pipes should be positioned at a depth lower than the bottom elevation of the wall and should also be wrapped with filter fabric (Mirafi 140N, or equivalent). A perimeter drain system is beneficial regardless of the type of backfill used behind the wall. As a minimum, a system of weep -holes should be provided for free standing site walls not associated with the structures, although weep holes alone will not prevent occasional build- up of hydrostatic forces. The effects of surcharge loading must also be considered. The surcharge load should be multiplied by the applicable coefficient of earth pressure from Table E and the result applied as a uniform lateral pressure over the full height of the wall. Lightweight, hand -controlled vibrating plate compactors are recommended for compaction of backfill adjacent to walls to reduce the possibility of increases in lateral pressures due to over - compaction. Heavy compaction equipment should not be operated within a distance equal to the height of the wall or at least 10 ft from the wall, whichever is greater. Also, compaction of backfill soils behind walls should not exceed 100 percent standard Proctor maximum dry density (ASTM D 698) to further limit lateral earth pressures against walls. 11 ALPHA Report No. W 172146-B 6.7 Foundations for Site Retaining Walls Site retaining walls could be supported using a shallow footing foundation system provided they can withstand the seasonal movements discussed earlier in this report (up to about 5 inches depending on the location on the site and the depth of the wall foundation). If this level of movement cannot be tolerated, retaining walls can be suspended on drilled piers as discussed above. Retaining wall footings should extend past the depth of any existing or planned fill to bear on undisturbed cuts in native clay, shale or limestone. Retaining wall foundations bearing at least 2 ft below final grade on native soils, shale or ,.. limestone can be designed using a net allowable bearing pressure of 2.0, 4.0 and 6.0 kips per sq ft for walls bearing at depths of at least 2 ft, 6 ft and 8 ft below the ground surface, respectively. Wall footings should have a least dimension of 18 inches in width for bearing capacity considerations. Foundations subject to lateral loadings should be proportioned such that the resultant soil reaction force on the base of the foundation lies within the middle one-third of the foundation. Careful monitoring during construction is necessary to locate any pockets or seams of unsuitable materials which might be encountered in excavations for footings. Unsuitable materials +� encountered at the foundation bearing level should be removed and replaced with lean concrete (at least 200 psi strength at 28 days) or structural concrete. Resistance to sliding will be developed by friction along the base of the footings and passive earth pressure acting on the vertical face of the footings and a (possible) key installed in the base of the footings. It is recommended a coefficient of base friction of 0.3 be used along the bottom of the footing. The available passive earth resistance on the vertical face of the footings and keys may be calculated using a uniform allowable passive earth pressure of 500 psf for footings and keys bearing against vertical undisturbed cuts in native clay soils or against fill material placed as recommended in Section 7.3. The allowable passive earth pressure can be increased to 2,000 psf for footings bearing against vertical cuts in competent limestone or shale. The passive resistance along the vertical face of the footing should be neglected within 2 ft of the final site grade. 6.8 Seismic Considerations The Site Class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, and strength, averaged over a depth of 100 ft. Since our borings did M not extend to 100-foot depths, we based our determinations on the assumption that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depth of the borings. Based on Section 1613.3.2 of the 2012 International Building Code and Table 20.3-1 in the 2010 ASCE-7, we recommend using Site Class C (very dense soil and soft rock) for seismic design at this site. 6.9 Flatwork Exterior flatwork constructed according to the referenced grading plans could be subjected to potential seasonal movements about 5 inches as described in Section 6.2. Flatwork constructed above uncontrolled fill is also subject to indeterminate levels of settlement. If this level of movement is not acceptable, flatwork could be suspended on drilled piers as discussed in Section 12 ALPHA Report No. W 172146-B #Nk 6.3. As an alternative, in areas where flatwork movement is critical (such as, but not limited to, main entrances), subgrade improvement as discussed in Section 6.4 can be considered to reduce potential movements to about 1 inch. 6.10 Pavement To permit correlation between information from test borings and actual subgrade conditions exposed during construction, a qualified Geotechnical Engineer should be retained to provide subgrade monitoring and testing during construction. If there is any change in project criteria, the recommendations contained in this report should be reviewed by our office. Calculations used to determine the required pavement recommendations are based only on the physical and engineering properties of the materials used and conventional thickness determination procedures. Pavement joining buildings should be constructed with a curb and the joint between the building and curb should be sealed. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, reinforcing steel, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications, but all 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. Please note, the recommended pavement sections provided below are considered the minimum necessary to provide satisfactory performance based on the expected traffic loading. In some cases, City minimum standards for pavement section construction may exceed those provided below. 6.10.1 PCC Pavement Section Following subgrade improvement as recommended in Section 6.10.2, PCC (reinforced) pavement sections are recommended in Table F. TABLE F Recommended PCC Pavement Sections Paving Areas and/or Type Parking Areas Subjected Exclusively to Passenger Vehicle Traffic Drive Lanes, Fire Lanes, Areas Subject to Light Volume Truck Traffic Dumpster Traffic Areas, Areas subject to Moderate Volume Truck Traffic Subgrade Preparation PCC Thickness, and Thickness Inches 6 inches of Scarified and Compacted Subgrade 5 (Native Soil or Engineered Fill) 6 inches Lime Stabilized 6 6 inches Lime Stabilized 7 We recommend a minimum of 5 inches of adequately reinforced Portland cement concrete pavement for light -duty automobile traffic areas. A minimum of 6 inches of PCC is recommended in drive lanes, fire lanes, and areas subject to relatively light 13 ALPHA Report No. W 172146-B 12 volume truck traffic, and 7 inches of PCC is recommended for dumpster areas and areas receiving moderate volume truck traffic. Portland -cement concrete should have a minimum compressive strength of 3,000 lbs per sq inch (psi) at 28 days in light -duty traffic areas and 3,500 psi in drive lanes and truck traffic areas. Concrete should be designed with 5 + 1 percent entrained air. Joints in concrete paving should not exceed 15 ft. Reinforcing steel should consist of No. 3 bars placed at 18 inches on -center in two directions. Lime stabilization of the pavement subgrade is recommended for drive lanes, fire lanes, and pavement subject to truck traffic (see Section 6.10.2). Lime treatment of the pavement subgrade is not necessary for pavements subjected exclusively to passenger vehicle traffic, although lime treatment is these areas would be generally beneficial to the long-term performance of the pavement. Alternately, lime -stabilization of the pavement subgrade could be eliminated by increasing the corresponding PCC thickness presented in the pavement sections above by 1 inch. Prior to construction of pavement on untreated clay subgrade soil, the exposed subgrade should be scarified to a depth of at least 6 inches and 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 material's optimum moisture content. 6.10.2 Lime Stabilization of Pavement Subgrade Where lime stabilization is utilized, the exposed surface of the final pavement subgrade soil should be scarified to a depth of 6 inches and mixed with a minimum 7 percent hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. Assuming an in -place unit weight of 100 pcf for the pavement subgrade soils, this percentage of lime equates to about 32 lbs of lime per sq yard of treated subgrade. T The actual amount of lime required should be confirmed by additional laboratory tests (ASTM C 977 Appendix XI) prior to construction. 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. 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. Lime stabilization procedures should 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. Lime stabilization of the pavement subgrade soil will not prevent normal seasonal Fmovement of the underlying untreated materials. Pavement and other flat work will have the same potential for movement as slabs constructed directly on the existing undisturbed soils. As a minimum, good surface drainage and good perimeter drainage with a minimum slope of 2 percent away from the pavement is recommended. The use of sand as a leveling course below pavement and the use of an aggregate base course supported on expansive clays should be avoided. Normal maintenance of pavement should be expected over the life of the structures. 14 ALPHA Report No. W 172146-B Limestone could be encountered at the pavement subgrade level in some areas of the site. It is not necessary to lime stabilize competent limestone subgrade. A thin layer of flexible base, processed limestone cuttings, or lime trimmings (from other areas of the site) may be used as a leveling course in areas where pavement subgrade consists of limestone. Please note, the on -site soils can contain a sufficient quantity of soluble sulfates that can adversely react with hydrated lime. Therefore, before committing to mechanical lime stabilization, samples of the pavement subgrade soil should be tested for the quantity of soluble sulfates. Our office should be contacted regarding evaluation of the quantity of soluble sulfates detected and any special processing/design features that may be .� applicable. 6.11 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 structure should be sloped away -� from the building to prevent ponding of water around the building. Final grades within 5 ft of the structure should be adjusted to slope away from the structure at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structure is — essential. In areas with pavement or sidewalks adjacent to the new structure, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and flatwork is common. Normal maintenance should include examination of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab system: • Preferably, a complete system of gutters and downspouts should carry runoff water a ' minimum of 5 feet from the completed structure. • Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained "constant" around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks ,! can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to the building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. • The root systems from existing trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with grade slabs (flatwork, pavement 15 ALPHA Report No. W 172146-B 12 and equipment pads) should be removed to a minimum depth of 1 ft below the root ball and compacted in -place with moisture and density control as described in Section 7.3 of this report, below. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.3 of this report 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 structures 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be 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 Limestone was encountered at depths as shallow as 2 ft below the existing ground surface in some of the borings. Based on conditions encountered in the borings and the referenced grading plans, we expect limestone and/or shale will be encountered during general excavation at in some areas of the site. From our experience, this limestone can be hard and may 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 or shale. 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. Existing fill was encountered to depths of about 2 ft to 6 ft below the ground surface in several borings. Although not encountered in the borings, existing fill materials could contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of uncontrolled fill at this site. ALPHA would be pleased to provide this service if desired. All areas supporting floor slabs, 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 soil subgrade should be carefully evaluated by probing and 16 ALPHA Report No. W 172146-B testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proof -rolling with a heavy pneumatic -tired roller, loaded dump truck or similar equipment weighing approximately 20 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed during proof -rolling should be removed and replaced with well -compacted material as outlined in Section 7.3. Prior to placement of any fill, the exposed soil subgrade should be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) feet. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3 of this report, fills in excess of — about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavement or placing other 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. We understand these services will be performed by others. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be placed well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a ,.. geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. — 17 ALPHA Report No. W 172146-B 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 properly monitored to verify loose, soft, or otherwise 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, undreamed pier excavations should be slightly deepened and cleaned in order to provide a fresh bearing surface. Grade beam excavations for slab foundations should also be slightly deepened and cleaned. All pier shafts should be at least 1.5 ft in diameter for pier stability considerations, to facilitate clean -out of the base and for proper monitoring. Concrete placed in pier holes should be directed through a tremie, hopper, or 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 i 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 encountered at depths of 12 ft to 25 below the existing ground surface in Borings 89, 102, 109 and 113. From our experience, groundwater seepage could be encountered at shallower depths and with more frequency during pier installation. The risk of encountering seepage is increased with depth and during or after periods of precipitation. Some field 18 ALPHA Report No. W 172146-B adjustments in the depth of the 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. Temporary casing may be useful for controlling groundwater seepage that could occur in the clay soils. 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. It is recommended a separate bid item be provided for casing on the contractors' bid schedule. ALPHA should be contacted for further review and evaluation if groundwater seepage and/or underream collapse occurs during pier installation. Limestone seams and layers encountered within the clay soils could require penetration to install underreamed piers. Rock teeth and/or core barrels could be required to penetrate limestone layers in some areas of the site. 7.3 Fill Compaction Materials used as select, non -expansive material should have a liquid limit less than 35, a plasticity index (PI) not less than about 4 nor greater than 15 and contain no more than 0.5 percent fibrous organic materials, by weight. All select material should contain no deleterious material and should be compacted to a dry density of at least 95 percent standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. The plasticity index and liquid limit of material used as select non -expansive material should be routinely verified during placement using laboratory tests. Visual observation and classification should not be relied upon to confirm the material to be used as select, non -expansive material satisfies the above Atterberg- limit criteria. Flexible base used as non -expansive fill in the building pad and below footings should consist of material meeting the requirements of TxDOT Standard Specifications Item 247, Type A, B, C, or D, Grade 1-2. The flexible base should be compacted to at least 95 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. 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. In addition to the requirements above, processed rock used as non -expansive fill in building area should have a plasticity index of 15 or less. 19 ALPHA Report No. W 172146-B %I The following recommendations pertain to fill soils placed for general site grading. Moisture conditioned soils should conform to recommendations in Section 6.4. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 98 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 above. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Groundwater Groundwater was encountered at depths of about 12 ft to 25 below the existing ground surface in Borings 89, 102, 109 and 113. However, from our experience, shallower groundwater seepage could be encountered 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 to establish final grades, 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 R 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 party 20 ALPHA Report No. W 172146-B 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. 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. 21 APPENDIX A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 118 test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The boring locations were staked by using a handheld GPS device or by pacing/taping and — estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of the test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. Some soil samples were obtained using split -spoon sampling procedures in accordance with = ASTM Standard D 1586. Disturbed samples were obtained at selected depths in the borings by driving a standard 2-inch O.D. split -spoon sampler 18 inches into the subsurface material using a 140-pound hammer falling 30 inches. The number of blows required to drive the split -spoon •� sampler the final 12 inches of penetration (N-value) is recorded in the appropriate column on the Log of Boring sheets. The Texas Cone Penetration (TCP) test was used to assess the apparent in -place strength characteristics of the rock type materials. The TCP test consists of a 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy) and is the basis for TxDOT strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field logs and are shown on the Log of Boring sheets as "TX Cone" (reference: TxDOT Test Method TEX 132-E). A modified TCP test using a 140-pound hammer with a 30 inch fall (350 ft-pounds of energy) was used in some borings. Logs of the borings are included in the Appendix of this report. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. . ..... ... . B-TI Z B-74 B-78 E B-I 16 B 73 70 71 . B 149 B-1437—:,::�` B 15 B-15 B-144 B-160­ B-I B-162 VIA B- III 11 U B-120 3LDG-16 B-151 J u- m -I B-156 121 A B-10 Ft -T v IJ rC B 110 B-98 -122 B jr�11 4�; _ ?/ ICI B Q yJ B� 164, `-B 106 B - 124 67 B-130- B 113 E n B-109i, L E: 1 W L (77� B 15 B-124 B-1 15 B-154 1 ��L B-108 B-169 C7 01 X rr B-64 B-10i R DG-26 B-100 B-102 BLDG-25 B-65 BLDG-24 B 127 13-17ir-!� 1- INTERSTATE HIGHWAY 35 W ICIEOTECHNICAL EXPLORATION • CITADEL - SWC OF HERITAGE TRETAIL BRACE DINGS PARKWAY ALPHA �,NNTESTING -0- APPROXIMATE BORING LOCATION AND IH 35 WEST WHERE ITALL BEGINS AND WORTH, TEXAS ALPHA REPORT NO. W172146-B FIGURE 1A BORING LOCATION PLAN B-136A-4. I" -�� INTERSTATE HIGHWAY 35 W GEOTECHNICAL EXPLORATION CITADEL - RETAIL BUILDINGS SWC OF HERITAGE TRACE PARKWAY AND IH 35 WEST FORT WORTH, TEXAS ALPHA REPORT NO. W 172146-B BLDG-5 . ' B-135 / B-80 BLDG-4 B 82 65="'?✓!.� all B- i 62 7 \ \\ \ B- 2 w Y :>' -)9 BLDG-II BLDG-13 f - - - B 99 B-100 - BLDG-23 B DG.21 ! _ - LDG-22 ., .. �" _ _ BLDG-24 B-174 B-187 if6 �B-172 AV , - a ALPHA //\T E S T I N G APPROXIMATE BORING LOCATION WHERE IT ALL BEGINS FIGURE 1B BORING LOCATION PLAN - t ALPHA Report No. W 172146-B - B-1 METHODS OF LABORATORY TESTING #t\ Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), percent material passing the No. 200 sieve tests (ASTM D 1140) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket - penetrometer tests were conducted on selected soil samples to evaluate soil shear strength. Results of the laboratory tests described above are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clay soils were further analyzed by absorption swell tests. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the Swell Test Data sheet, Figure 2 included in this appendix. SWELL TEST DATA Vertical Boring Sample Pressure, Liquid Plastic Plasticity Initial Final Free No. Depth psf Limit Limit Index Moisture Moisture Swell 65 3 375 14% 26% 3.5% 67 3 375 75 25 50 15% 27% 3.1 % 69 7 875 67 27 40 18% 29% 1.3% 72 7 875 72 26 46 19% 25% 3.9% 75 7 875 57 21 36 19% 24% 4.5% 75 14 1750 62 26 36 21% 26% 2.7% 77 5 625 57 21 36 15% 24% 6.7% 77 9 1125 56 18 38 16% 24% 0.9% 78 5 625 68 22 46 15% 25% 2.0% 79 3 375 51 19 32 14% 21 % 4.8% 80 7 875 54 25 29 19% 24% 1.2% 84 5 625 64 24 40 15% 23% 1.2% 85 3 375 76 25 51 18% 27% 3.9% 86 5 625 74 24 50 21 % 26% 2.4% 87 5 625 72 27 45 23% 29% 3.3% 89 3 375 67 23 44 17% 27% 5.7% 91 3 375 73 28 45 26% 29% 0.5% FIGURE 2A SWELL DATA SHEET GEOTECHNICAL EXPLORATION CITADEL - RETAIL BUILDINGSLFRA _ 4TESTING HERITAGE TRACE PRKWY AND IH 35 WEST FORT WORTH, TEXAS WHERE IT ALL DECIkNA ALPHA REPORT NO. W172146-B w an kow PM PM SWELL TEST DATA Vertical Boring Sample Pressure, Liquid Plastic Plasticity Initial Final Free No. Depth psf Limit Limit Index Moisture Moisture Swell 92 7 875 50 21 29 27% 28% 0.4% 94 9 1125 49 20 29 17% 21% 0.5% 95 7 875 73 24 49 26% 29% 0.0% 99 3 375 58 25 33 16% 26% 5.6% 102 5 625 58 26 32 22% 24% 2.0% 105 5 625 74 26 48 18% 26% 3.5% 108 3 375 66 22 44 17% 26% 0.4% 110 9 1125 57 24 33 19% 21% 2.7% 111 5 625 62 25 37 19% 25% 2.9% 115 7 875 64 24 40 15% 23% 4.7% 125 7 875 69 24 45 18% 24% 3.3% 126 5 625 57 24 33 17% 22% 4.8% 129 3 375 60 29 31 19% 28% 0.7% 130 9 1125 64 26 38 21% 28% 4.5% 131 7 875 66 22 44 17% 25% 3.5% 132 9 1125 60 24 36 22% 25% 1.2% 133 3 375 77 28 49 16% 25% 4.7% FIGURE 213 SWELL DATA SHEET GEOTECHNICAL EXPLORATION CITADEL- RETAIL BUILDINGS A L F R A#\TESTING HERITAGE TRACE PRKWY AND IH 35 WEST FORT WORTH, TEXAS W M E IRE Or ALL F E 9 k H R ALPHA REPORT NO. W172146-B SWELL TEST DATA Vertical Boring Sample Pressure, Liquid Plastic Plasticity Initial Final Free No. Depth psf Limit Limit Index Moisture Moisture Swell 133 7 875 60 28 32 20% 27% 3.7% *� 135 5 625 53 22 31 18% 22% 0.0% 140 3 375 54 23 31 17% 25% 2.1% 140 3 375 56 22 34 13% 26% 1.2% r, i FIGURE 2C SWELL DATA SHEET GEOTECHNICAL EXPLORATION CITADEL - RETAIL BUILDINGS HERITAGE TRACE PRKWY AND IH 35 WEST FORT WORTH, TEXAS ALPHA REPORT NO. W172146-B it y ALP1 >�► TESTING WHIM IT ALL 61 41111; FBrush Creek Rd. ALPHA Fortort Worth, Texas LOG OF BORING NO.: 64 #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-F608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 8/28/2017 End Date: 8/28/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 170 / 24 GROUND WATER OBSERVATIONS d E o QOn Rods (ft): NONE m zo Cn c 0 Y L a °' 3 c J E L a a 1 After Drilling (ft): DRY a> 3 r -�° o o r- I a N 9 o After Hours (ft): - o v x o I.` �' a rn z6 F a j� m ii a MATERIAL DESCRIPTION %/% Dark Brown CLAY OAF 5 Brown and Gray SHALY CLAY 10 15 Tan LIMESTONE with clay seams and layers 20 Gray LIMESTONE with shale seams 25 Gray SHALE -30 35-M TEST BORING TERMINATED AT 35 FT 4.5+ 29 4.5+ 12 4.0 4.5+ 19 59 22 37 4.5+ 19 4.5+ 16 17.0 22.0 26.0 4.5+ 19 100/ 110ill 100/ 7 0.75" 13" 15 35.0 1.25" - 16 Sort Brush Creek Rd. ALPHA TESTING Fort worth, texas LOG OF BORING NO.: 65 �\ 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE I T ALL BEGINS www.alphatating.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: _ Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS �E d ; o x w g Q On Rods (ft): NONE .E m `a ;, c i y cO.> _ _ E E r r 1 After Drilling (ft): DRY a o - o � 1After Hours (ft): o E E m N = oN ° x z �a a a MATERIAL DESCRIPTION Brown CLAY -�� 4.5+ 14 - 4.5+ 14 - 5 4.5+ 20 _ 6.0 Reddish Brown CLAY - - 4.5+ 16 - 4.5+ 14 10 _ 11.0 Gray SHALE 15 19 _ 3.5" .5 _ 17.0 Gray LIMESTONE with shale seams 100/ _ 20 0.75" _ 25 0.5" .5 — 100/ _30 0.25" - _35_ C 35.0 100/ 0.5" TEST BORING TERMINATED AT 35 FT 5058 Brush Creek Rd. ALPHA Fort Worth, Texas LOG OF BORING NO. #XTESTING 76119 Shee66t 1 of , Phone: 817-496-560 Fax 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphate-yting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs 1 in): 170 / 24 GROUND WATER OBSERVATIONS li�a :R s v E y t x Q On Rods (ft): NONE o y , ci E .9 t t 1 After Drilling (ft): DRY n n > 0 n �� d).9 � E � �, m oc d Q dN U � y o I° After Hours (ft): E m ow p" �' c o- o o Q 10 y 2 a m MATERIAL DESCRIPTION Brown CLAY _5 - with gravel below 5 ft Light Brown CLAY 10 Tan LIMESTONE with clay seams and layers _15 Gray SHALE with sand seams and layers _ 20 _ 25 _ 30 _35 TEST BORING TERMINATED AT 35 FT 4.5+ 18 4.5+ 19 4.5+ 17 4.5+ 17 8.0 4.5+ 17 11.0 K 100/ 8 2" 16.0 1001 13 3" 4.5" 13 .5 1001 13 5" 35.0 100/q14 Brush Creek Rd .. ALPHA 1 H G Fort worth, texas Fort LOG OF BORING NO.: 67 �\TEST 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE l r a BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 170 / 24 GROUND WATER OBSERVATIONS C n o E t c o d Q On Rods (ft): NONE `� y 2 c� �.° N .. Ul UJ ?j _ E E t r 1 After Drilling (ft): DRY a a > 0 a (Y 0 L) E o� CO a C D CN d ` o U 7 y U o c� 2 Bin 0 co a n m z' �a a 3 a0 MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 18 - 4.5+ 15 75 25 50 4.0 5 Brown and Gray SHALY CLAY - - 4.5+ 17 - 4.5+ 18 ' - 4.5+ 19 10 — _ 11.0 Gray SHALY CLAY - 4.5+ 15 15 17.0 Gray CLAY SHALE - 20 100/ 8 _ 7" 22.0 T Gray SHALE -25 100/ 12 _ 3.75" -30 13" 15 - _ 35 35.0 � 100/ 2.75" 14 TEST BORING TERMINATED AT 35 FT 5058 Brush Creek Rd. A L P H A Worth, texas LOG OF BORING NO. #XTESTING 7Fort 6119 Sheet I of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/11/2017 End Date: 9/11/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 170 / 24 GROUND WATER OBSERVATIONScL Q On Rods (ft): NONE a 3 Y 2 0 t � 3 c J r 1 After Drilling (ft): DRY p go 00 8 E rn o o z J o o T After Hours (ft): a a w ❑ Cr° N �n c U z° Fa a m J a a ? MATERIAL DESCRIPTION Dark Brown CLAY ME 5 with gravel below 6 ft Light Brown GRAVELLY CLAY 10 —y Gray CLAY SHALE _15 _ 20 _ 25 Gray SHALE with gray limestone seams _ 30 _ 35 TEST BORNIG TERMINATED AT 35 FT 4.5+ 21 4.5+ 20 4.5+ 17 69 28 41 4.5+ 21 8.0 4.25 18 12.01 1 5" 14 3. 100/ 9.1 15 6.5" 15 .5 27.0 1001 16 5.75" 100/ 15 35.0 5" 5058 ALPHA /� T E S T I N G Brush Creek Rd. Fort Fort worth, Texas LOG OF BORING NO.: 69 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECTNO.: W172146 www.alphatesting.com Client: North Presidia, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 8/24/2017 End Date: 8/24/2017 West Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 170 / 24 GROUND WATER OBSERVATIONS 'E' a o Z On Rods (ft): NONE H z o U g� a n 1 After Drilling (ft): DRY a o O c o 10 Z n U N o After Hours (ft): E 0 a ,~` _ e N c� u� a a j in z° a a. MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 12 2.0 / Light Brown SANDY CLAY 9 4.0 — 5 Light Brown SHALY CLAY with calcareous deposits - 4.5+ 17 4.5+ 18 67 27 40 4.5+ 19 _10 10.0 Tan LIMESTONE with clay seams and layers _ 12.0 X Brown and Gray SHALY CLAY T - 4.5+ 20 15 _4.5+ 11.0 120 16 — 20 24.0 _25 Gray LIMESTONE with shale seams 25 0 100/ 12 TEST BORING TERMINATED AT 25 FT ,0.75, 30 35 5058 Brush Creek Rd. ALPHA Fort worth, Texas LOG OF BORING NO.: 70 #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 8/29/2017 End Date: 8/29/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS :R S H £O = a p� Q On Rods (ft): NONE N c (�" O1 a -aU ma) N E t t 1 After Drilling (ft): DRY a> o r- a E O w w g z a v CL o After Hours () 0 m J z o oa y> MATERIAL DESCRIPTION Dark Brown CLAY 5 10 15 20 25 30 35 Light Brown CLAY with calcareous deposits Tannish Brown SHALY CLAY Gray SHALY CLAY TEST BORING TERMINATED AT 25 FT 3.75 23 4.5+ 20 4.0 4.5+ 12 4.5+ 11 52 21 31 4.5+ 2.7 109 19 22.0 25.0 4.5+ 18 4.5+ 4.5 106 18 Fh Creek Rd. ALPHA T E S T N G Fort Worth, texas LOG OF BORING NO.; 71 /� 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 ■* WHERE I T ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 8/29/2017 End Date: 8/29/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS d �_ c N EC- > rn - v w On Rods (ft): NONE >a ~ �, c°)" c — _ E J U 1 After Drilling (ft): DRY a N� > 0 Y GI Ut NAn >C o o �, g z a C J -0 0 a a S[ After Hours (ft): a X 0- o o a m a .� d c r- a a C 0 3 a MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 16 T 2.0 Brown CLAY with calcareous deposits 5 10 . 15 - J 20 _25_ 30 35 Light Brown and Gray SHALY CLAY Gray SHALY CLAY TEST BORING TERMINATED AT 25 FT 4.5+ 12 47 19 28 4.5+ 8 6.0 4.5+ 14 4.5+ 24 4.5+ 23 4.5+ 21 23.01 4.5+ 9.0 110 19 25.0 5058 Brush Creek Rd. A L PH A #\TESTING 7Fort 6119 Worth, Texas LOG OF BORING NO. Sheet 1 of t Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/9/2017 End Date: 9/9/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS -dc m E� m t e _ x w Q On Rods (ft): NONE F �p o 3 Y t C c E n n 1 After Drilling (ft): DRY n > - $ Eo c c a o r L o 2 After Hours (ft): U° a m o 2 e a ,. Q 1O y c7 F a a j rn Z j a MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 16 4.5+ 15 - 5 4.5+ 16 - - 4.5+ 19 72 26 46 _ 8.0 Brown CLAY with gravel - - 4.5+ 19 10 _ 12.0 Brown and Gray SHALY CLAY 4.5+ 6.9 105 16 15 _ 18.0 Gray LIMESTONE with shale seams 100/ 8 -20 2„ 25 25.0 100/ 141.25" TEST BORING TERMINATED AT 25 FT 30 35 i ALPHA +XTESTING Fh Creek Rd. Fort vn Worth, Texas LOG OF BORING NO.: 73 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 8/30/2017 End Date: 8/30/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r r 1 After Drilling (ft): DRY oCL S[ After Hours (ft): 5 10 15 20 25 30 35 MATERIAL DESCRIPTION W,A Dark Brown CLAY with calcareous deposits Brown CLAY with calcareous deposits Brown and Gray SHALY CLAY Gray SHALY CLAY TEST BORING TERMINATED AT 25 FT 4.0 8.0 22.0 25.0 Location: Fort Worth, Texas Surface Elevation: West: North: i Hammer Drop (lbs / in): N T o a c fA y � Uy ~y yO Q >a UL dm�o Z`n cp CI "Li c,aNOE od pC Q Z.Un y o_ X CZ 4.5+ 19 4.5+ 20 64 22 42 4.5+ 21 4.5+ 19 4.5+ 19 4.5+ 18 FBrush Creek Rd. ALPHA � T / E S T I N G Fort orr Worth, Texas LOG OF BORING NO.: 74 / 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS a w m r E a x Q On Rods (ft): NONE T v° N a _ E E c t After Drilling (ft): DRY a "' > o n r —3° o f rn o g Z n o a v U m n o S[ After Hours (ft): r o: d ,,-- d aN p" X in 3 a z6 t- n n M y MATERIAL DESCRIPTION Dark Brown CLAY 5 15 _20, _ 25 30 35 Brown CLAY with calcareous deposits Brown SHALY CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 25 FT 4.5+ 17 68 25 43 4.5+ 16 4.0 4.5+ 19 4.5+ 19 4.5+ 16 13.0 18.0 100/ 4.25" 100/ 25.0 V� ,1.25 4.5+ 15 10 8 5058 Brush Creek Rd. ALPHA Worth, texas LOG OF BORING NO. #NtTESTING 7Fort 6119 Shee75of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W 172146 � WHERE IT ALL BEGINS www.alphatesting.com e* Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 8/30/2017 End Date: 8/30/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: r Hammer Drop (Ihs 1 in): GROUND WATER OBSERVATIONS C N E N L X Q On Rods (ft): NONE L o 0. `0 3 Y L c c J .9 a a 1 After Drilling (ft): DRY a 'o Cy 00 c o 4) 5, a g z a v_ o E S[ After Hours (ft): ,�, a c°� ` a _ 2 N a� c a y a z° Xa 0- 3 MATERIAL DESCRIPTION Light Brown CLAY with calcareous nodules _ 4.5+ 12 � - 4.5+ 15 - 5 4.5+ 19 - 4.5+ 19 57 21 36 In _ 8.0 Light Brown and Gray SHALY CLAY - 4.5+ 19 10 - 4.5+ 21 15 - 4.5+ 17 PM 20 22.0 _ Gray SHALY CLAY w - 4.5+ 16 25 25.0 _ TEST BORING TERMINATED AT 25 FT - - r 30 - - w 35 FM am Wh .n 5058 Brush Creek Rd. ALPHA TEST 1 N G Fort worth' Texas LOG OF BORING NO.: 76 # 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 170 / 24 GROUND WATER OBSERVATIONS � C N E L ° X w Q On Rods (ft): NONE r ~ ° 3 Y m v r r 1 After Drilling (ft): DRY a�i > a 4 o V E 05 o a n o v ? a After Hours (ft): @ , a c o 2 a N iv i z a -' a MATERIAL DESCRIPTION VZ,A Brown CLAY with gravel - --�i 5 Tan CALCAREOUS CLAY _10�/ Gray SHALE with gray limestone seams _15 _ 20 _25 TEST BORING TERMINATED AT 25 FT 30 35 4.5+ 12 4.5+ 16 63 22 41 4.5+ 17 4.5+ 8.5 114 15 8.0 41/ 8 12" 12.0 125 8 1.25" 100/ 12 3" 100/ 9 25.0 3.25" 5058 Brush Creek Rd. ALPHA #XTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO. Sheet 1'of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 qW www.alphatesting.com 5 10 15 20 95 30 35 ;lient: North Presidio, LLC 'rojed: Citadel start Date: 8/30/2017 End Date: 8/30/2017 )rilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t *After Drilling (ft): DRY CL �° S[ After Hours (ft): c� MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits ! 2.0 Light Brown CLAY with calcareous deposits 4.0 Tannish Brown SHALY CLAY 13.0 Light Brown and Gray SHALY CLAY 22.0 Gray SHALY CLAY 25.0 TEST BORING TERMINATED AT 25 FT Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (lbs / in): C N L ° X 4 3 Y N U15 m �� C J y� Z, E o. d. c dN v 'A (A X w d 0 U) Z O_ d �a 4.5+ 28 4.5+ 11 4.5+ 15 57 21 36 4.5+ 18 ! 4.5+ 20 4.5+ 20 5058 Brush Creek Rd. A l P N A #'%TESTING 7Fort 6119 Worth, texas LOG OF BORING NO. Shee78of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 = GROUND WATER OBSERVATIONS y E o _ Cp w On Rods (ft): NONE T y `8 U.�N �" '>d w E F- �0 O N" -Hl u) 9 C J J a o 1 After Drilling (ft): DRY a a� c -�° o o a o Z a U y o After Hours (ft): a 8 e o v Cr a N a a C Z D a MATERIAL DESCRIPTION Brown CLAY with gravel - 4.5+ 12 4.5+ 13 - 5 4.5+ 15 68 22 46 4.5+ 16 4.5+ 13 10 _ 11.0 Tan LIMESTONE with clay seams and layers _ 13.0 i Gray SHALE with gray limestone seams 100/ 10 _15 1.75" - 100/ 6 _ 20 2.75" 100/ 7 _ 25 = 4.25" TEST BORING TERMINATED AT 25 FT 25.0 30 35 5058 Brush Creek Rd. ALPHA #XTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.Shee7 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Clierrt: North Presidio. LLC Project: Citadel Start Date: 8/30/2017 End Date: 8/30/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r r 1 After Drilling (ft): DRY oCL S[ After Hours (ft): MATERIAL DESCRIPTION Light Brown CLAY with gravel and calcareous deposits Tannish Brown SHALY CLAY 5 10 15 20 - Gray SHALE with limestone seams _25 TEST BORING TERMINATED AT 25 FT 30 35 2.0 22.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): _O C N L > rn c x �U) N N J c 2 >O �d' �o 0E 0a wMo 0 a. o c Q.N o U -0 .v L) � .N �m X c 9 co 3' Zo •C ti n F a a ? ] 3 4.5+ 13 4.5+ 14 51 19 32 4.5+ 18 4.5+ 20 — 4.5+ 20 100/ 25.0 5.25" 4.5+ 19 4.5+ 3.3 108 20 5058 Brush Creek Rd. ALPHA #NTESTING 7Fort 6119onh,Texas LOG OF BORING NO.Shee80of 1 Phone: 817-496-560 Fax: 817-496-3608 PROJECT NO.: W 172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Project: Citadel Start Date: 8/30/2017 End Date: 8/30/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r *After Drilling (ft): DRY CL After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with calcareous deposits w - 5 Tannish Brown SHALY CLAY 10 15 20 Gray CLAY SHALE 25 TEST BORING TERMINATED AT 25 FT 30 = 35 8.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ilxs / in): 140 / 30 � d c v E y t o x N y J N >O �� O O U E d Ian - �° w aN o' O U V' v1 o X 0 o m Z c -� a m a r- a a 4.5+ 13 4.5+ 15 4.5+ 18 4.5+ 19 54 25 29 4.5+ 21 22.0 25.0 100/6. 4.5+ 19 4.5+ 7.2 105 22 5058 Bwh Creek Rd. oo A L P H A #XTESTING 7Fort 6119 Worth, Te LOG OF BORING NO.: Sheet I of 1 Phone: 817-496-5608 PROJECT NO.: W172146 ww WHERE IT ALL BEGINS 817-496-5w. alphatesting. co com Client: North Presidio, LLC Project: Citadel Start Date: 8/30/2017 End Date: 8/30/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS ID -JQ On Rods (ft): NONE 1 After Drilling (ft): DRY o S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with gravel _ _ 2.0 Brown CLAY with some gravel 5 MA 6.0 Light Brown SHALY CLAY with calcareous deposits 10 12.0 Tan LIMESTONE with light brown clay seams _100/ 15 4.5" _ 17.0 Gray LIMESTONE with shale seams _20 Gray CLAY SHALE _25 TEST BORING TERMINATED AT 25 FT 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): 140130 a o c o o o H Z - o d V > a� c� d 3. _ E J c a oQ oa ° dN a° c 2' 8� Fa o Z in v m a m a j a 4.5+ 17 4.5+ 9 4.5+ 8 4.5+ 15 4.5+ 13 63 23 40 100/ 1.25" 22.0 100/ 25.0 8^ mm A W dw 5058 Brush Creek Rd. ALPHA #NJESTING 7or19 Worth, Texas LOG OF BORING NO.: 2Sheet 1 of Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Project: Citadel Start Date: 9/7I2017 End Date: 9/7/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE a 1 After Drilling (ft): DRY After Hours (ft): MATERIAL DESCRIPTION Brown CLAY 5 Reddish Brown CLAY 10 Brown and Gray SHALY CLAY 15 Gray SHALE with limestone seams 20 25-9 TEST BORING TERMINATED AT 25 FT 30 35 8.0 12.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): 170 / 24 To 9 C � E U� p m Cp pl Cl nE oqG Z m Uze a Q Cc wy m oo :j Q 7 _ym in w v) x d a j rn z ra D a a 4.5+ 15 4.5+ 8.0 111 15 4.5+ 16 4.5+ 16 58 23 35 4.5+ 18 4.5+ 5.8 102 16 17.01 C , 8 0.7575" 00/ 9 25.0 21.25" Im 5058 Brush Creek Rd. ALPHA Worth, Texas LOG OF BORING NO. 83of *tXTESTING 7Fort 6119 Sheet 1 Phone: 817-496-5600 PROJECT NO.: W172146 Fax: 817-496-5608 WHERE IT ALL BEGINS www.alphatesling.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: a Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS � a E o Q On Rods (ft): NONE >a, ' `o Z After Drilling (ft): DRY >0 3 0 Oa1 Z Hours (ft): °o m o C11 o y v0After y C7 to X 0 in Z M a rl a D 3-1 MATERIAL DESCRIPTION Dark Brown CLAY — Aoro'j'4.5+ 21 _ 2.0 MA Brown CLAY with gravel — 4.5+ 14 65 20 45 — 5 4.5+ 6.5 108 15 _ 6.0 Brown CLAY — 4.5+ 19 — 4.5+ 19 _10 _ 12.0 Gray SHALE with limestone seams — _15 100/ 4.5" 9 _ 20 140/ 7 25 25.0 100/ 13 TEST BORING TERMINATED AT 25 FT 30 35 5058 Brush Creek Rd. ALPHA Worth, Texas LOG OF BORING NO.: #\TESTING 7Fort 6119 84of Phone: 817-496-5600 Fax: 817-496-5608 PROJECTNO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: ' Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 - GROUND WATER OBSERVATIONS c m E L Q On Rods (ft): NONE F z o y , 0 m 'd 10 axi d E .9 r L a 1 After Drilling (ft): DRY n> a d o �, a g n 0 N a After Hours (ft): d C` a d = 2 a N o C7 � Of Fa a $in z c J a a MATERIAL DESCRIPTION Brown CLAY with gravel _ -I 4.5+ 12 2.0 Reddish Brown CLAY - 4.5+ 14 - 5 4.5+ 15 64 24 40 - 19 - 20 � _10 13.0 - Brown and Gray SHALY CLAY 115 15 15 i - 17.0 _ Gray CLAY SHALE 100/ 10 _20 1.25" 25 25.0 &__� 100/ 1" .5 10 TEST BORING TERMINATED AT 25 FT J 30 w 35 rhCreek Rd. ALPHA E S T I N G Fort Fort Worth, Texas LOG OF BORING NO.: 85 �\T 76119 sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/11/2017 End Date: 9/11/2017 West: _ Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140130 GROUND WATER OBSERVATIONS N c a C E C L o CD w Q On Rods (ft): NONE z ."N.. o ci ; J a n a 1 After Drilling (ft): DRY a> o o a o z n y o After Hours (ft): $ c°� o ` e o alu a �� ZCU o a MATERIAL DESCRIPTION Dark Brown CLAY - ME 4.5+ 19 - 4.5+ 18 76 25 51 - 5 4.5+ 18 6.0 _ Tan LIMESTONE with clay seams and layers 100/ 7 - 4.5" -� -10 - 100/ 4.25 12 14.0 _ 15 Gray LIMESTONE with shale seams 100/ g - - 2.5" _ 17.0 Gray SHALE 20 100/ 16 _ 9.75" _ 25 25.0 100/ 6.75" 16 TEST BORING TERMINATED AT 25 FT 30 35 M M 5058 Brush Creek Rd. ALPHA # TEST 1 H G Fort Worth, Texas LOG OF BORING NO.: 86 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECTNO.: W172146 www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 9/8/2017 End Date: 9/8/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE 1 After Drilling (ft): DRY Q After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY _ 1 5 Tan and Gray CLAY 10 Gray SHALY CLAY 15 20 Gray CLAY SHALE _25 TEST BORING TERMINATED AT 25 FT 30 35 6.0 13.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): 140 / 30 a o y E U) o y m wy L g - _ x N S ~ CID 3 m vt N� �� c � UQ' 0 a0 w- dN Q V 7 y V X 4) c � iA ' Z c m D_ a �a a n 3 4.5+ 18 4.5+ 17 4.5+ 21 4.5+ 18 3.5 1.7 109 22 4.5+ 15 1 4.5+ 6.0 119 13 23.0 100/ 15 25.0 6^ P. Sort Brush Creek Rd. ALPHA Fort Worth, Texas LOG OF BORING NO.: 87 #*%TESTING 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 Iwo WHERE IT ALL BEGINS www.alphatesting.com PM Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/6/2017 End Date: 9/6/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS O C N E L X w Q On Rods (ft): NONE rr a N m ci �' �' 'd d E J t n a 1 After Drilling (ft): DRY a> o o � a g a v y o I° After Hours (ft): E 3 y 0 `. a d a° tin c 1° a y U' x a�i Z �a a -13 a MATERIAL DESCRIPTION Brown CLAY 5 10 _20_ _25 30 35 Tan SANDY CLAY Brown and Gray SHALY CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 25 FT 4.5+ 26 4.5+ 20 w 4.5+ 23 72 27 45 4.5+ 25 8.0 4.5+ 12 10.0 — 17.0 C 100/ 5.75" 100/ 25.0 �J4.25" 4.5+ 4.9 116 19 5058 Brush Creek Rd. ALPHA /` TESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: ss Phone: 817-496-5600 Sheet 1 of 1 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidio. LLC Project: Citadel _ Start Date: 9/8/2017 End Date: 9/8/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t r 1 After Drilling (ft): DRY o �1 After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits 5 10 15 =20~ - J _25_ 30 35 4.0 Brown CLAY 8.0 Light Brown and Gray SHALY CLAY with calcareous deposits Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs 1 in): d Ai E o x a o F r U) v O y $ y 01 y O1 m C y E J L c m i0 d r o 0 - p o C) U 'E ci LU` f0 ov G7 O.. s c _m m C �a ) 0� O Z a a 4.5+ 21 4.5+ 18 4.5+ 19 4.5+ 20 62 27 35 t 22 1 4 5+ 18.0 Gray SHALY CLAY 4 5� TEST BORING TERMINATED AT 25 FT 4.5+ 113 25.0 5058 Brush Creek Rd. A LPN A G Worth, Texas LOG OF BORING NO. #NtTESTIN 76119 Shee89of I Phone: 817-496-560 PROJECT NO.: W172146 Fax: 817-496-5608 WHERE IT ALL BEGINS xnvw. alphatesting. com Client: North Presidio. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: _ Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS "; d y E� > o e °' Q On Rods (ft): 17 T H Z'� O p N N U�- ,yM 3 E J C t 1 After Drilling (ft): 25 o Q> a o o f � m m g z oa Q da 0 U After Hours (ft): E �� m n o Z ? F v m m N a a a 0. j MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 18 - 4.5+ 17 67 23 44 4.0 5 Light Brown CLAY with gravel - - 4.5+ 22 - 4.5+ 23 8.0 Tan and Gray SHALY CLAY with gravel - - 4.5+ 2.8 114 17 10 13.0 , Gray SHALY CLAY - - 4.5+ 21 15 _ SZ - 4.5+ 6.7 124 13 R 20 25 e_ 25.0 TEST BORING TERMINATED AT 25 FT 30 35 .. 5058 Brush Creek Rd. ALPHA /` TESTING Fort Worth, Texas LOG OF BORING NO.: 90 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Project: Citadel Start Date: 9/8/2017 End Date: 9/8/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t t 1 After Drilling (ft): DRY oCL After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits w - 5 Brown SHALY CLAY 10 Tan LIMESTONE with clay seams and layers 15 Gray SHALE with limestone seams r 20 _25 TEST BORING TERMINATED AT 25 FT 30 PM - - 35 6.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ihs / in): 140 / 30 m n C^ N L O N E _ EiD x N id o E mo Z o u C L CL E �� cxi o� d o c E aN p� U 3 U) Z 'e m a - Uca )i x d �a a C 3 a 4.5+ 13 4.5+ 13 56 22 34 4.5+ 15 4.5+ 19 4.5+ 20 12.01 100/ 1.75" 17.0 100/ 1.75" 25.0 �_ 100/6.25" 12 5 10 15 20 25 30 35 l L P H A #N*TESTING 5058 Brush Creek Rd. Fort Worth, texas LOG OF BORING NO.: 91 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-56o8 www.alphatesting.com :Rent: North Presidio, LLC Location: Fort Worth. Texas project: Citadel Surface Elevation: itart Date: 9/1/2017 End Date: 9/1/2017 West: )rilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS Ea � rn o i Q On Rods (ft): NONE r CD�, fn 3 J u t 1 After Drilling (ft): DRY "� > o N c E v, — c N is 2• a c .2 CL 10 S[ After Hours (ft): n E $ o a ° o ` 0 a N o �- ci U 65 a MATERIAL DESCRIPTION ASPHALT 0.5, Dark Brown CLAY D 4.5+ 30 4.5+ 26 73 28 45 4.0 i Brown CLAY 3.0 20 6.0 Tannish Brown SHALY CLAY 3.0 19 ON 4.25 18 i TEST BORING TERMINATED AT 25 FT 25.0 4.5+ 15 4.5+ 5.8 110 18 4.5+ 16 5058 Brush Creek Rd. ALPHA Worth, texas LOG OF BORING NO.92of #XTESTING 76119 Sheet 1 i Phone. 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W 172146 WHERE I T ALL BEGINS www.alphatesling.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/1/2017 End Date: 9/1/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS � d E L o w Q On Rods (ft): NONE m H 2'" ;, c i c '0 `o 6 -- m axi a 1 After Drilling (ft): DRY Q U o a a o a N Q a After Hours (ft): E cn o o •1 a� 10 cn 0 Fa a ? Z o A a MATERIAL DESCRIPTION Brown SANDY CLAY with gravel - FILL « - 3.25 27 - 4.5+ 24 - 5 4.5+ 9 6.0 Tannish Brown SHALY CLAY - - 2.6 27 50 21 29 3.0 28 10f 13.0 Gray SHALY CLAY 4.5+ 25 15 - - 3.75 19 20 4.5+ 5.4 103 23 25 25.0 _ TEST BORING TERMINATED AT 25 FT 30 35 Brush Creek Rd. ALPHA Fort worth, texas Fort LOG OF BORING NO.: 93 #%TESTING 76119 Sheet 1 of 1 F817-496-560 PROJECT NO.: W172146 i WHERE IT ALL BEGINS Fax:ax: 817496-5608 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/1/2017 End Date: 9/1/2017 West Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140130 GROUND WATER OBSERVATIONS a y zs i Q On Rods (ft): NONE r N ;, U mEf U r L Drilling (ft): DRY 1 After a a > o a O o o, o Z a E 2] a .� a s Z' U .N 0°7 2T After Hours (ft): ao ,F N Q 2 v m = 0 6 n c7 y Fa a �in Z � a MATERIAL DESCRIPTION Dark Brown CLAY with gravel - FILL — 4.5+ 21 _ _ 2.0 Crushed LIMESTONE - FILL — 4.0 7 _ 4.0 5 Brown CLAY and crushed limestone - FILL — 4.5+ 10 6.0 _ Brown SHALY CLAY — 4.5+ 24 —' — 4.5+ 19 50 21 29 10 _ _ 13.0 Gray CLAY SHALE —15 _ 85/ 12" 18 —20 1001 11.25' 18 r _ — _25 2 5. 0 100 100/ 17 TEST BORING TERMINATED AT 25 FT 30 35 ! 5058 Brush Creek Rd. ALPHA +NtTESTING Fort worth' Texas LOG OF BORING NO.: 94 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidia. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/1/2017 End Date: 9/1/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS a o Li L x Q On Rods (ft): NONE CL' co N `m U �' a�i E E c n n 1 After Drilling (ft): DRY n o 0 o a m o o Z a V 9 a 2 After Hours (ft): m �" ° u o a v a� a 1O y <n x U z° m J n. m a. a 3 MATERIAL DESCRIPTION ` 6" CONCRETE 0.5, Brown SANDY CLAY with gravel - FILL 2.0 7 Tan CLAY with calcareous deposits 5 Gray SHALY CLAY _10 j _15� Gray CLAY SHALE 20 25 TEST BORING TERMINATED AT 25 FT 30 35 4.5+ 14 1.75 17 2.75 16 8.0 17 49 20 29 ® 118 17 16.0 100/ 17 10.5" 1 100/ 17 25.0 8.75'"- Brush Creek Rd. ALPHA Fort worth, texas Fort LOG OF BORING NO.: 95 #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE I T ALL BEGINS www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: .� Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS d N C v L o m Q On Rods (ft): NONE w J F Z'� °v O N N N U ,C fn _ .N. E _ E C t L 1 After Drilling (ft): DRY > cr 02 E m o g a .. o o After Hours (ft): m a o' a s u Q J m — a a z a a MATERIAL DESCRIPTION Dark Brown CLAY with gravel 40 4.5+ 11 - - 4.5+ 29 4.0 — 5 Brawn CLAY with calcareous deposits - - 4.5+ 33 - 4.0 26 73 24 49 _ 8.0 Brown and Gray SHALY CLAY - 4.5+ 14 10 - 4.5+ 25 _ 15 - - 4.5+ 21 — 20 - 4.5+ 24 TEST BORING TERMINATED AT 25 FT 30 35 ALPHA /#XTESTING Sort Brush Creek Rd. Fort Worth, Texas LOG OF BORING NO.: 96 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 8I7-496-r608 PROJECT NO.: W172146 -- WHERE IT ALL BEGINS www.alphatesdng.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/5/2017 End Date: 9/5/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 +� GROUND WATER OBSERVATIONS d o -R E v E s _ x w Q U On Rods (ft): NONE CL m ° m � ca' °� E c aC F 2 o d d � y� Y J n n 1 After Drilling (ft): DRY a a c —�° o o c C a N z a U° m o After Hours (ft): o c 0 in o v °' a m Fa a j Z 3 a MATERIAL DESCRIPTION Tan and Brown CLAY - FILL - 3.0 29 _ 2.0 Brown GRAVELLY CLAY - possible fill 2.5 31 77 26 51 - 5 2.5 31 6.0 Tan CALCAREOUS CLAY 4.5+ 13 1/ � 3.75 10 _10 # _ % 13.0 Brown and Gray SHALY CLAY - -� 3.25 5.4 115 18 15 _ 17.0 Gray CLAY SHALE -20 100/ 18 8.75' _25100/ 17 _ _ 25.0 g^ TEST BORING TERMINATED AT 25 FT 30 35 FOSS Brush Creek Rd. ALPHA Fort Worth, Texas LOG OF BORING NO.: 97 #\TESTING 76119 Sheet 1 of 1 PhoFax: 817-496-5608 PROJECT NO.: W172146 i WHERE IT ALL BEGINS Fax: 817-49Fng.co www.alphatesting.com com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/11/2017 End Date: 9/11/2017 West: _ Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS a V C V E L o x w Q On Rods (ft): NONE (F'� a c°o" •g F _ F a a 1 After Drilling (ft): DRY " > a o o m a g J y ? o S[ After Hours (ft): a c u o N ° Q ' ° N `n Fa a j Z D a a. MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits 4.5+ 18 _ _ 2.0 Brown CLAY - 4.5+ 20 - 5 4.5+ 20 66 26 40 - 4.5+ 23 10 with gravel below 9 ft 4.5+ 23 13.0 _ Brown and Gray SHALY CLAY _ , 4.5+ 21 - 15 - - 4.5+ 2.3 107 20 20 23.0 Gray SHALY CLAY 25 _ 25 25.0 TEST BORING TERMINATED AT 25 FT 30 35 r lM 5058 Brush Creek Rd. ALPHA TESTING 7Foil 6119 Worth, Texas LOG OF BORING NO.:shee98of , Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www alphatesung.com w iu 0 5 10 _15_ _20_ _25— 30 35 ;lient: North Presidio, LLC )roject: Citadel 'tart Date: 9/2/2017 End Date: 9/2/2017 )riIIIng Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r 1 After Drilling (ft): DRY S[ After Hours (ft): MATERIAL DESCRIPTION %// Dark Brown CLAY with calcareous deposits .01,4440 2.0 Brown GRAVELLY CLAY 4.0 Tan CALCAREOUS CLAY 6.0 Tan LIMESTONE with clay seams and layers Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): a c a CAS o� m> C a c E E >C�! 0o o f 10 �L o J o E q� iCi oa 02 aN o" U C y CD 0 o Z a a aa. a �� 4.5+ 21 69 24 45 4.5+ 20 4.5+ 10 100/ 0.75" 100/ 1" 11.0 1 Gray SHALY CLAY 4.5+ 6.3 116 15 TEST BORING TERMINATED AT 25 FT 1 4.5+ 17 4.5+ 19 25.0 5058 Brush Creek Rd. A L PH A Worth,Texas LOG OF BORING NO. #XTESTING 7Fort 6119 Sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I in): 140 / 30 GROUND WATER OBSERVATIONS � n m e - > s -Im x w Q On Rods (ft): NONE r a ._ A 'M E J w t 1 After Drilling (ft): DRY a > o lu o E m m g �, 0 s 0 9 After Hours (ft): E a o` a d U y o m — Fa a ?� Z a a MATERIAL DESCRIPTION Dark Brown CLAY � 4.5+ 16 - 4.5+ 16 58 25 33 _ 4.0 T 5 Brown CLAY - 4.5+ 19 - 4.5+ 21 i 9.0 _ 10 Tan LIMESTONE with clay seams and layers , 100/ _ 1" 14.0 Gray LIMESTONE with shale seams , 100/ _15 1.5" 19.0 _ Gray SHALY CLAY — -20- - 3.0 16 _25_ ,6 25.0 TEST BORING TERMINATED AT 25 FT 30 35 5058 Brush Creek Rd. ALPHA Worth, Texas LOG OF BORING NO.: 100Sheet #XTESTING 7Fort 6119 1 f t Phone: 817-496-5600 PROJECT NO.: W172146 WHERE I T ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/14/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140130 GROUND WATER OBSERVATIONS � a C E N L8-1 X Q On Rods (ft): NONE >1 ate. `o N ;, ci �' 6, a i 9 J t t 1 After Drilling (ft): DRY 2 > a N a) a u E m o) � o a a a CL o After Hours (ft): m o 02 w a-N o a) N cn 0- x a z ii 3 ' a- �a a j MATERIAL DESCRIPTION Dark Brown CLAY - 4.5+ 14 5 - - Brown CLAY 5.0 4.5+ 17 55 21 34 - 2.50 18 9.0 3.50 20 _ 10 Tan WEATHERED LIMESTONE with clay seams 100/ 13 # - and layers 4" 13.0 _ Gray LIMESTONE with shale seams 100/ _15 1.5" - 100/ _20 0.75" - 25 _ __ 25.0 ��1.2 100/ TEST BORING TERMINATED AT 25 FT 30 - _35- ALPHA Sort Bnah Creek Rd. Fort wortth, Texas Worth, LOG OF BORING NO.: 101 #\TESTING 76119 Sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W172146 WHERE I T ALL BEGINS Fax: 817-496-5608 www.alphate.sting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 170 / 24 GROUND WATER OBSERVATIONS y c -I_ a Q On Rods (ft): NONE r `n ; 0 �•m a U r 1 After Drilling (ft): DRY n N a o o 0 8 E cu r, g a - O o 9 U S[ After Hours (ft): U o a o d N U c c e o m si a N MATERIAL DESCRIPTION Tan CLAY with calcareous deposits 4.5+ 12 _ 4.5+ 12 46 20 26 4.0 _ 5 Tan WEATHERED LIMESTONE with clay seams 100/ - 1.75" - - 40/ _10 12" 12.0 _ - , Brown and Gray SHALY CLAY 14.0 Gray CLAY SHALE L 91/ _15 12" 100/ '.. _ 20 9.5" 22.0 _ Gray LIMESTONE with shale seams _ 25 25.0 100/1.25" TEST BORING TERMINATED AT 25 FT 30 35 5058 Brush Creek Rd. L P H A Fort worth' Texas LOG OF BORING NO.: 102 #jXkTESTING 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W 172146 WHERE IT ALL BEGINS www•alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ihs l in): 170 / 24 GROUND WATER OBSERVATIONS C N E t ° X p O w Q On Rods (ft): 12 N zo > 0 o N iu c°� w �' N w 9 J t t 1 After Drilling (ft): 12 d > n �a o f0 � a dN vg ys on After Hours (ft): c9 G d „ a w a z f0 y a U X a a? u� ii 3 MATERIAL DESCRIPTION Y�/a Brown CLAY with calcareous deposits _ 1I 5 Brown and Gray SHALY CLAY Tan LIMESTONE with clay seams and layers 10 1 _ 15 Gray CLAY SHALE _20 _25 TEST BORING TERMINATED AT 25 FT 30 35 4.5+ 16 4.5+ 20 4.0 6.0 4.5+ 22 58 26 32 100/ 2" 100/ 2.5" 14.01 k& 100/ 8.5" V 100/ 7.75" 100/ 25.0 5" A L P H A #\TESTING 5058 Brush Creek Rd. Fort worth, Texas LOG OF BORING NO.: 103 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphawting.com Client: North Presidio. LLC Project: Citadel Start Date: 9/2/2017 End Date: 9/2/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE r r 1 After Drilling (ft): DRY o (D S[ After Hours (ft): MATERIAL DESCRIPTION W,0�, Brown CLAY with calcareous nodules =5 Brown and Gray SHALY CLAY 10 15 Tan LIMESTONE with clay seams and layers 20 Gray LIMESTONE with shale seams -9 _ 25 TEST BORING TERMINATED AT 25 FT 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West North: Hammer Drop (Ibs / in): 170 / 24 N a � C _ L o N T `m U.N. O > yamy_ E J 9 c >C7 E d 0 U 61 "' O o c y0 n O U U ` a° ` y e J Cl y W X d �� Z a 4.5+ 14 4.5+ 14 4.5+ 16 2.0 20 3.5 22 65 24 41 17.01 19.0 100/ 0.75" C 25.0 0100/ .75" 4.5+ 4.0 104 21 5058 Brush Creek Rd. ALPHA T E S T I H G Fort Worth, Texas LOG OF BORING NO.: 104 # 76119 Sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/2/2017 End Date: 9/2/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 170 / 24 GROUND WATER OBSERVATIONSCL N IR C E 'L N w Q On Rods (ft): NONE 0 zt: > 0 6 3 16 t y c J c U w L 1 After Drilling (ft): DRY a °' > a a 02 ° o f op m C-z r a 2 S[ After Hours (ft): E ° 0.0 o_ 0 w Q ;, �' a Q T m MATERIAL DESCRIPTION Brown CLAY with calcareous nodules _ _Vo 4.5+ 20 - 4.5+ 19 _ 4.0 5 Tannish Brown CLAY - 4.5+ 20 - 4.5+ 90 21 66 22 44 - 4.5+ 21 _ 10 10.0 Tan LIMESTONE with clay seams and layers - - 100/ _ 15_ 0.75" _ 17.0 _ Gray LIMESTONE with shale seams =100/ 20 20.0 0.5' _ / Gray SHALY CLAY 4.5+ 16 25 25.0 _ TEST BORING TERMINATED AT 25 FT 30 35 Brush Creek Rd. ALPHA Fort Worth, Texas Fort LOG OF BORING NO.: 105 #kTESTING 76119 Sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W172146 WHERE T ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/2/2017 End Date: 9/2/2017 West: i Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I in): 170 / 24 GROUND WATER OBSERVATIONS N $� d G E C d L o m w Q On Rods (ft): NONE f- 2'Q ° " '� d UC c ym O y tl7 UJ ` m E E J J ° c r L 1 After Drilling (ft): DRY > o G O z > C r o o a CO C a o G o S[ After Hours (ft): E UU� a 4. ° w C d N p C - Q f° ra a j� Z 9 J a a MATERIAL DESCRIPTION Dark Brown CLAY with caclareous nodules 4.5+ 17 _ - 4.5+ 16 - 5 4.5+ 18 74 26 48 6.0 Brown SHALY CLAY - 4.5+ 21 / 4.5+ 20 _10 10.0 Tan LIMESTONE with clay seams and layers 100/ _15_ 0.75" _ 16.0 Gray LIMESTONE with shale seams - 100/ _20 0.75" 21.0 _ Gray SHALY CLAY 4.5+ 16 _ 25 25.0 TEST BORING TERMINATED AT 25 FT _ 30 35 + 5058 Brush Creek Rd. ALPHA TESTING Fort Worth, Texas LOG OF BORING NO.: 106 /` 76119 sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W 172146 WHERE I T ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ihs / in): 140 / 30 GROUND WATER OBSERVATIONS C a Q On Rods (ft): NONE m T :0 c E C > m `8 "' ;, 0 �' °' d 3 E E U r 1 After Drilling (ft): DRY "� a a o� d o o, m oz w dN p a o v o ? U y n 2 0 10 After Hours (ft): c� d° 2 0 „ a w a Z 0 d m y a `n a a 8 cn a 3 MATERIAL DESCRIPTION Brown CLAY with limestone gravel 4.5+ 14 2.0 _ Tan LIMESTONE with clay seams and layers 5 _10 Gray SHALE _15 --] _20 _25 TEST BORING TERMINATED AT 25 FT 30 35 L 100/ 1" 100/ 1" 11.0 100/ 0.75" VL 100/ 0.5" 100/ 25.0 0.5" Sort Brush Creek Rd. ALPHA Fort worth, Texas LOG OF BORING NO.: 107 #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS d -I w Q On Rods (ft): NONE o .� .a a E E G1 r 1 After Drilling (ft): DRY a a N > o o m o c— c a a o ? After Hours (ft): m 0- ° N U a o r a o a m (n Xa a � Z a MATERIAL DESCRIPTION Brown SHALY CLAY with calcareous nodules 5 e 1 10 20 25 30 35 Gray SHALE Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 25 FT 100/ 10.0 0.75" 100/ 0.5" 100/ 0.25" 100/ 25.0 0.5" 4.5+ 14 4.5+ 16 4.5+ 18 68 23 45 ALPHA #kTESTING Sort Brush Creek Rd. Fort Worth, Texas LOG OF BORING NO.: 108 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/7/2017 End Date: 9/7/2017 West: i Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 -� GROUND WATER OBSERVATIONS w V On Rods (ft): NONE w d ° " U �' F - a? _ E X t t 1 After Drilling (ft): DRY > o ° o E c o, o 2 a ° v_ o After Hours (ft): a c ° v a 64 a v .+ Fa a o in ? o Z a MATERIAL DESCRIPTION Brown SHALY CLAY - 4.5+ 15 - 4.5+ 17 66 22 44 4.0 5 Brown SHALE 100/ - 3.25" 100/ 10 2^ 100/ _15 V 17.0 _ Gray LIMESTONE with shale seams - 100/ _20_ 0.5" - 100/ _25 25.0 0 " TEST BORING TERMINATED AT 25 FT i - 30 35 5058 Bosh Creek Rd. ALPHA /� T E S T I N G Fort worth. Texas LOG OF BORING NO.: 109 /� 76119 Sheet 1 of 1 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 w. alphatesting. com ww Client: North Presidio, LLC Location: Fort Worth. Texas Project Citadel Surface Elevation: Start Date: 8/28/2017 End Date: 8/28/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS � a c 0 m r o ax Q On Rods (ft): 20 u C T ~ m� `� ; �" .° 8 3 Y d 1� -N� 0) E 9 a a 1 After Drilling (ft): DRY a CU .9 o o �� a o a N .3 o S[ After Hours (ft): a c a o o a 60 Fay a C Z0 co a MATERIAL DESCRIPTION Dark Brown CLAY 4.5+ 17 _ 2.0 Brown and Gray SHALY CLAY - 4.5+ 11 - 5 4.5+ 18 75 27 48 - 4.5+ 9 — - 4.5+ 14 _ 10 10.0 _ Tan LIMESTONE with clay seams and layers 13.0 _ Gray SHALY CLAY , 4.5+ 17 - 15 limestone layer at 16 ft i - , 4.5+ 15 _20 Q 4.5+ 9.8 116 16 _.25 6 25.0 TEST BORING TERMINATED AT 25 FT 30 35 .. FM ow 5058 Brush Creek Rd. ALPHA #XTESTIN 7Fort 6119 Worth, Texas LOG OF BORING NO.: 110et I f 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 8/29/2017 End Date: 8/29/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Its / in): GROUND WATER OBSERVATIONS x w Q On Rods (ft): NONE F o N c) W E iD J U N m 0 N O U O 4) y 0 3 p U U .' a a 1 After Drilling (ft): DRY a o' O Eo a o z n U y o 12 Q After Hours (ft): ca a C-5 a d o Q N o 10 N c� a a j u� z° M a ii MATERIAL DESCRIPTION j Tan CLAY - � 4.5+ 11 - 4.5+ 11 4.0 5 Tan LIMESTONE with clay seams and layers 5.0 100/ Light Brown and Gray SHALY CLAY 0.75'; 4 5+ - 4.5+ 22 4.5+ 19 57 24 33 10 -25 _ 25.0 TEST BORING TERMINATED AT 25 FT 30 35 4.5+ 21 3.75 1.8 105 20 4.5+ 3.2 102 26 ALPHA TESTING 5058 Brush Creek Rd. �\ Fort worth, Texas LOG OF BORING NO.: 111 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatating.com Client: North Presidio. LLC Project Citadel Start Date: 8/29/2017 End Date: 8/29/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS SZ On Rods (ft): NONE t r 1 After Drilling (ft): DRY o CL 0 After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits 5 Tannish Brown SHALY CLAY 10 15 Gray LIMESTONE with shale seams - Light Brown and Gray SHALY CLAY Gray LIMESTONE with shale seams _20 Gray SHALE _25 --LT- Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 25 FT 30 35 ME Location: Fort Worth. Texas Surface Elevation: West: .w North: Hammer Drop (Ibs / in): 170 / 24 �' o � - - E > rn VJ O N Qr y . x 'C >O 11 E 5 00 c o � Z2 a N oo � 02 aw U U 0 O U to _ _ D :n a U («.e X Z Fc" aC 0. a. 4.5+ 17 4.5+ 20 4.5+ 19 62 25 37 4.5+ 20 4.5+ 20 14.0 100/ 0.5" 16.0 18.0 100/ 0 5" 21.0 24.0 25.0 �_ 100/ ,0.25", 5058 Brush Creek Rd. A L P H A TESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 112 , �` Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 8/28/2017 End Date: 8/28/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 170 / 24 PM GROUND WATER OBSERVATIONS a° v c «y E > s m Q On Rods (ft): NONE F 2 U c E J U t L 1 a ��E � CO a o _a oAfter Drilling (ft): DRY r After Hours (ft):y�al a oa D0 z ¢ ?U CL 3 a MATERIAL DESCRIPTION - Brown CLAY 4.5+ 13 - 4.5+ 15 _ 4.0 ,.. 5 Tannish Brown SHALY CLAY - - 4.5+ 16 PW - 4.5 22 68 23 45 _ 8.0 Tan SANDY CLAY with limestone seams 10 / 10.0 4.5+ 11 Tan LIMESTONE with clay seams and layers _ 13.0 Gray SHALE 15 15.0 4100/ 15^ Tan LIMESTONE with clay seams and layers _ 17.0 - Gray SHALY CLAY =20� � `a 25 _ 25.0 TEST BORING TERMINATED AT 25 FT 30 35 ALPHA +NJESTING Brush Creek Rd. Fort Fort Worth, texas LOG OF BORING NO.: 113 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Project Citadel Start Date: 8/28/2017 End Date: 8/28/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): 20 r r 1 After Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY _ 2.0 Brown CLAY with gravel 4.0 5 Brown SHALY CLAY _ 6.0 - � Light Brown SANDY CLAY j 10 j 10.0 Tan LIMESTONE with clay seams and layers _ 13.0 Gray SHALY CLAY 15 _20 Q 25 ,i 25.0 TEST BORING TERMINATED AT 25 FT 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): 170 / 24 F Z' 65 O y Nw U y Off E J C > 0 E 00 U O N L to U 0 c n 4 D a cc U to w ui a� ` X '� m Q a. m m cOi Z a a. � 3 a 4.5+ 15 4.5+ 9 60 23 37 4.5+ 13 4.5+ 19 " 4.5+ 15 T 4.5+ 17 4.5+ 5.3 113 14 — 4.5+ 11 5058 Brush Creek Rd. ALPHA Worth, Texas LOG OF BORING NO.: 114et #XTESTING 76119 1 f Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE T ALL BEGINS www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS 'E' a L C v E� L o X Q On Rods (ft): NONE c' H ;, ci c ( Ez 9 r- U ao a 1 Drilling (ft): DRY a c o Oai EON 0 0 aoAfter U` Hours (ft):az O aa W- C:After yCa u ra a m MATERIAL DESCRIPTION Brown CLAY with calcareous deposits - 4.5+ 16 - 4.5+ 13 51 21 30 4.0 _ 5 Tan LIMESTONE with clay seams and layers 100/ - 1" 100/ _10 1.25" 12.0 _ Gray LIMESTONE with shale seams 100/ _ 15 0.75" 100/ _ 20 0.5" - - 1001 _25 25.0 1111111116 .25" TEST BORING TERMINATED AT 25 FT 30 35 ALPHA T E S T I H G Sort Bosh Creek Rd. — �\ Fort worth, Texas LOG OF BORING NO.: 115 76119 Sheet 1 or 1 Phone: 817-496-5600 WHERE i T a BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidio, LLC Project: Citadel Start Date: 9/8/2017 End Date: 9/8/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r t 1 After Drilling (ft): DRY oCL S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits 5 Brown and Gray SHALY CLAY 10 Tan LIMESTONE with clay seams and layers _15 Gray LIMESTONE with shale seams _20 _ 25 TEST BORING TERMINATED AT 25 FT 30 35 8.0 12.0 Location: Fort Worth, Texas Surface Elevation: West: North. i Hammer Drop (Ibs / in): 140 / 30 �5 a E,_ `t U y > G m c rn .a E •E x m a >a .S S2 >Q $� o o � E aOi m aU a o c o mo 0- a U E �Z a 3 a 4.5+ 15 ` 4.5+ 13 4.5+ 14 4.5+ 15 64 24 40 4.5+ 18 L 100/ 1 �� 16.0 C 100/ 0" 100/ 25.0 0i 5058 Brush Creek Rd. ALPHA Fort worth, Texas LOG OF BORING NO.: 116 #XTESTING 76119 sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W172146 WHERE I T ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidia. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/14/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ihs I in): 140 / 30 GROUND WATER OBSERVATIONS � a 'o c E o On Rods (ft): NONE °Q _L After Drilling (ft): a >C E Cy01 Z�C o a v y10 ZDRY a After Hours (ft): ` ao �U2 0 J y z a.? dF d a. MATERIAL DESCRIPTION Brown GRAVELLY CLAY - _%Fblm 9 15 0.5 4.0 _ 5 Tan WEATHERED LIMESTONE with clay seams 46 5 - and layers L34/ 7 _ 12" - - 8.0 25 4.5+ 18 Tannish Brawn CLAY - 4.5+ 21 63 21 42 10 14.0 15- JA Gray SHALY CLAY N 17 - IPA _20 20.0 N 4.5+ 15 TEST BORING TERMINATED AT 20 FT 25 30 35 Sh Creek Rd. ALPHA Fortort WortBruh, texas LOG OF BORING NO.: 117 #\TESTIN 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE I T ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/1412017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS y f o .. x w Q On Rods (ft): NONE Z o o c°� m '� _ J L 1 After Drilling (ft): DRY > o o -$- After Hours (ft):Qo2 C7 a 2 o CA a Z aa ay m Fo ji a cc MATERIAL DESCRIPTION Brown CLAY - � 13 " 16 - 5 4.5+ 20 73 23 50 - 4.5+ 23 _ 8.0 Tannish Brown CLAY - 4.5+ 16 _ 10 .� 12.0 Gray SHALY CLAY _15� 4.5+ 26 _20 20.00 �. TEST BORING TERMINATED AT 20 FT 25 30 35 ... M 5058 Brush Creek Rd. ALPHA /` T E S T I M G Fort worth, Texas LOG OF BORING NO.: 118 76119 sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphate.sting.com 5 _10_ 15 _20J 25 30 35 lient: North Presidio. LLC roject: Citadel tart Date: 10/14/2017 End Date: 10/14/2017 tilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE n 1 After Drilling (ft): DRY c2 S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 2.0 Brown CLAY 6.0 Tannish Brown CLAY 9.0 Tan LIMESTONE with clay seams and layers Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (lbs l in): 140 / 30 C c o_ 'O C v E > m� d U �aD _Q y r E N c > f 0rny dmo o . ZUV m m O U iJ m _amZ m w �a a a a� - 15 4.5+ 16 4.5+ 4.7 105 20 4.25 23 57 22 35 3.25 22 100/ 12 1" 100/ 15.0 Gray SHALY CLAY TEST BORING TERMINATED AT 20 FT 20.0 N 4.5+ 11 19 on 5058 Brush Creek Rd. ALPHA Worth, Te;= LOG OF BORING NO.: 119 #XTESTING 76f jg Sheet 1 of 1 Phone: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatating.com at Client: North Presidio, LLC, Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/14/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: PW Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS a � � c E d L o Q On Rods (ft): NONE ;009 .� _ cd`E E axi Ln t 1 Drilling (ft): DRY od da o0 E d V.oAfter n o After Hours (ft): - on a o w 0 x in "� H- J a a°1 d 0 z° MATERIAL DESCRIPTION Brown GRAVELLY CLAY 4.5+ 15 _ 2.0 Tannish Brown CLAY - 4.5+ 12 - 5 4.5+ 10.9 114 15 50 20 30 - 4.5+ 17 4.5+ 13 - - 10 10.0 100/3" 20 Tan LIMESTONE with clay seams and layers � PM 14.0 15 Gray LIMESTONE with shale seams , 100/ 9 _ 1.25" _ - 20 20.0 100/ 0.75" 7 TEST BORING TERMINATED AT 20 FT 25 30 35 FM 5058 Brush Creek Rd. ALPHA ///XTEST ING Worth, Texas LOG OF BORING NO.: 120et 7Fort 6119 I f , Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/14/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS d� N E r x w Q On Rods (ft): NONE N F zo > rn o N �" N iz c J J a -*After Drilling (ft); DRY E U o a a o c a g Q U o After Hours (ft): 64 X 0 — a 2 z° Fa a a a MATERIAL DESCRIPTION - Brown CLAY with gravel 4.5+ 12 - 4.5+ 10 4.0 _ 5 Tannish Brown CLAY - 4.5+ 15 50 21 29 - 4.5+ 20 - 4.5+ 24 10 14.0 _ 15 Tan LIMESTONE with clay seams and layers 100/ 10 - 1" 18.0 Gray LIMESTONE with shale seams 00 20 20.0 TEST BORING TERMINATED AT 20 FT 25 30 35 ALPHA Sort Brush Creek Rd. �\TEST 1 N G Fort Worth, Texas LOG OF BORING NO.: 121 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W 172146 ... www.alphatesting.com w t n 0 Client: North Presidio, LLC Project: Citadel Start Date: 10/14/2017 End Date: 10/14/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS QOn Rods (ft): NONE c 1 After Drilling (ft): DRY 2 After Hours (ft): c� MATERIAL DESCRIPTION Brown GRAVELLY CLAY _ 2.0 Tan GRAVELLY CLAY _ 4.0 51 Tan and Gray SHALY CLAY 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: ' North: Hammer Drop (Ibs / in): 140 / 30 c d C v E o RM Q T ' � a`� 0 sy., 0 cd) and y E c d n ^� cD o o c mo Za V'o v E �ddt V a r d c� a U J m a m m rr y Xaa a �N Z a 4.5 10 No 4.5 9 FM 4.5 4.5 17 50 20 30 4.5 17 4.5 18 100/ 3" 17.0 Tan LIMESTONE with clay seams and layers 20.0 100/0.75" TEST BORING TERMINATED AT 20 FT ON .w in am M 5058 Brush Creek Rd. L P H TESTING Fort worth, Texas LOG OF BORING NO.: 122 /` 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 10/1412017 End Date: 10/1412017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ihs / in): 140 / 30 .. GROUND WATER OBSERVATIONS � c aai E� y t � x N w Q On Rods (ft): NONE C aig Y r y c J c a n 1 After Drilling (ft): DRY Q C > a n r- 8 0 m a o z U 0 10 S[ After Hours (ft): 0 0— a qF N �.... iu ` �' o o w? � W m a U xm a ?� z D �a a 3 MATERIAL DESCRIPTION Brown CLAY ** - 4.50 18 _ 2.0 Tan CLAY with calcareous deposits —vm//"/ 4.50 8 33 16 17 - -/ - 5 4.50 15 6.0 Tan WEATHERED LIMESTONE with clay seams 100/ - and layers 6" 8.0 _ Tan and Gray SHALY CLAY - _ 4.50 15 10 -15 4.50 23 _20 20.0 4.50 23 TEST BORING TERMINATED AT 20 FT 25 30 35 5058 Brush Creek Rd. A L P H A #XTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 123et 1 f , Phone: 817-496-5600 WHERE i r a L L BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 = www.alphawting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/14/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS v -E y E o Q13 On Rods (ft): NONE o c i ° 'a E E C r " 1 After Drilling (ft): DRY m > O E a)m m o }' o a a a 8� o� as �� ao n� v cq 7 q U o After Hours (ft): _ U c c4 fn ° d FL a Z 3 MATERIAL DESCRIPTION Brown CLAY 4.5+ 13 _ 2.0 Tan CLAY with some gravel - 4.5+ 10 33 15 18 5 4.5+ 11 _ 6.0 Tan WEATHERED LIMESTONE with clay seams and layers 100/ 6- 11 2.5" 11.0 Gray SHALY CLAY -15 4.5+ 21 20 20.0 4.5+ 19 TEST BORING TERMINATED AT 20 FT 25 30 35 .� 5058 Brush Creek Rd. ALPHA Worth, Texas LOG OF BORING NO.: 124t #XTESTING 7Fort 6119 1 f Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/14/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS w E a 0 Q On Rods (ft): NONE o T `a N d US _ °' Z- co 3 w J n n 1 After Drilling (ft): DRY a~i n a a8i o °� dw o o a s z n v o o N g o S[ After Hours (ft): � cli X a r 0 n J a- ca z° �a a � 3 a MATERIAL DESCRIPTION CLAY -0WA01ATan 4.5+ 12 - 4.5+ 11 4.0 _ 5 Tan and Gray SHALY CLAY - 4.5+ 14 - 4.5+ 12 53 20 33 - 4.5+ 12 10 11.01 Tan LIMESTONE with clay seams and layers 14.0 _ 15 Gray LIMESTONE with shale seams � 1001 10 - 1.25' 100/ 20 20.0 1.5' TEST BORING TERMINATED AT 20 FT 25 30 35 5058 Bosh Creek Rd. ALPHA / TESTING Fort worth, texas LOG OF BORING NO.: 125 /\ 76119 sheet 1 of 1 Phone: 817-496-5608 Fax: 817-496-56 PROJECT NO.: W172146 -- WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 8/28/2017 End Date: 8/28/2017 West Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS n C EC L a w Q On Rods (ft): NONE N .".. o ci c 'v E .9 N 1 After Drilling (ft): DRY a a> o a8 E m o a a a U a o After Hours (ft): a.n a 2 c aN o a •� d y a Fa. 0. ? Z a MATERIAL DESCRIPTION Brown CLAY with calcareous deposits 5 10 15 20 25 30 35 Tannish Brown SHALY CLAY Light Brown and Gray SHALY CLAY Gray LIMESTONE with shale seams Gray SHALY CLAY TEST BORING TERMINATED AT 20 FT 4.5+ 14 4.5+ 14 63 23 40 4.0 4.5+ 15 6.0 4.5+ 18 69 24 45 4.5+ 17 16.0 18.0 20.0 4.5+ 20 4.5+ 5.3 103 17 5058 Brush Creek Rd. ALPHA #XTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 126et 1 f , Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: Project: Start Date: 8/29/2017 Drilling Method: N O 5 10 15 _20_ 25 30 35 North Presidio. LLC Citadel End Date: 8/29/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS QOn Rods (ft): NONE 1 After Drilling (ft): DRY After Hours (ft): MATERIAL DESCRIPTION Brown CLAY Tannish Brown and Gray SHALY CLAY with calcareous deposits Gray SHALY CLAY TEST BORING TERMINATED AT 20 FT 2.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (lbs / in): 0 0 o c u�i E - E� t > rn x 0 >C7 O. OX 00 UO Cd O E C dN E U a c oo a 4.5+ 14 4.5+ 16 17 57 24 33 18 15 4.5+ 19 18.01 4.5+ 6.3 110 19 20.0 ALPHA #XTESTING Brush Creek Rd. Fort Fort worth, Texas LOG OF BORING NO.: 127 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidio, LLC Project: Citadel Start Date: 9/8/2017 End Date: 9/8/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE t t 1 After Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION %' Brown CLAY with calcareous nodules 5 _10_ _15_ _20 25 30 35 Brown and Gray SHALY CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): 140 / 30 n o cn j� 04 m >> O °� cN2 H Z o y c._ >61 a°Q c4 UO UEa Z a `° c S�F-a ° Z aE s a aj : 4.5+ 13 4.5+ 14 4.5+ 14 59 27 32 4.5+ 16 4.5+ 18 12.01 100i 0.25" 100/ 20.0 0 Sort Brush Creek Rd. ALPHA /� T E S T I N G FonWonh,T«as LOG OF BORING NO.: 128 / 76119 Sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W172146 WHERE I T ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 10/14/2017 End Date: 10/14/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS y d D C% E N L o y OlCL U Q On Rods (ft): NONE a (nN Drilling (ft): DRY a a 1 a 'After CL o oo y10 0L°After Hours (ft): m a ia. o ;cm ��- Q ym � aa a MATERIAL DESCRIPTION Brown CLAY 4.5+ 13 _ 2.0 Reddish Brown CLAY — 4.5+ 17 — 5 4.5+ 2.1 102 21 61 23 38 — 4.5+ 17 8.0 _ Tan LIMESTONE with clay seams and layers 100/ — _10 1.5" 12.0 _ y Gray LIMESTONE with shale seams — 100/ —15 1„ 100/ 20 20.0 1.25" TEST BORING TERMINATED AT 20 FT 25 30 35 po Sort Brush Creek Rd. ALPHA T E S T I N G Fort worth, Texas LOG OF BORING NO.: 129 /� 76119 Sheet 1 of 1 817-496-560 Fax: Fax: 817-496-r608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/2/2017 End Date: 9/2/2017 West: w Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs 1 in): 170 / 24 GROUND WATER OBSERVATIONS U C y � N L a � p O w Q On Rods (ft): NONE c 0 �' '� E .9 "e 1 After Drilling (ft): DRY �' > o a o u E 4) r o L o v o U ? n a S[ After Hours (ft): �� o� ao ° Lr-c O N �" c� c E a c g n d rr o u, �a a Bin Z ii 3 a MATERIAL DESCRIPTION Dark Brown CLAY with calcaroeus deposits d1W 5 - J 10 15 _20J 25 30 35 Light Brown CLAY with tan limestone seams Gray LIMESTONE with shale seams Gray SHALY CLAY TEST BORING TERMINATED AT 20 FT 4.5+ 21 4.5+ 19 60 29 31 4.0 4.5+ 13 4.5+ 9 4.5+ 12 13.0 1 00/ 15.0 01.75" 4 20.0 .5+ 16 5 Brown and Gray SHALY CLAY 10 15� Tan LIMESTONE with clay seams and layers 20Gray LIMESTONE with shale seams � TEST BORING TERMINATED AT 20 FT 25 30 35 5058 Brush Creek Rd. /'k T E STING 76119 Worth, Texas LOG OF BORING NO. Sh 130f 1 ALPHAeet Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 9/7/2017 End Date: 9/7/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE a 1 After Drilling (ft): DRY After Hours (ft): C7 MATERIAL DESCRIPTION A Dark Brown CLAY 2.0 Brown CLAY with gravel 4.0 OPA Light Brown CLAY with tan limestone seams 8.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): 140 / 30 T e CL :R C y E �r N m� L 6 c - x G7 U� J C acn oCY"a o a.2 e_ac a a u z F z � a. m aa 4.5+ 17 4.5+ 15 4.5+ 10 4.5+ 7 4.5+ 21 64 26 38 17.01 18.0 100/ 20.0 1.5" 4.5+ 4.1 113 21 5058 Brush Creek Rd. ALPHA #%TESTING 76r19 Worth, re= LOG OF BORING NO.: Sheet 131 f Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesdng.com Client: Project Start Date: 9n/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/7/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE r r 1 After Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION 1k, 0044 Dark Brown CLAY with calcareous deposits Brown SHALY CLAY with gravel 5 - with gravel to 4 ft 10 2.0 _ 11.0 Tan WEATHERED LIMESTONE with clay seams - - and layers _15 Gray LIMESTONE with shale seams 4 _ 20 TEST BORING TERMINATED AT 20 FT 25 30 35 Location: Fort Worth, Texas Surface Elevation: West North: Hammer Drop (Ibs / in): 140 / 30 r a L C vE y L a� U y m- d o d E _ E a x c N >� No U 2 -m Qy0 U T o v U ' E $� O� a C aN Q a U m X a�i c°� in `E o •E Z 2 MrN � n. m a ►- a a? 3 4.5+ 16 T 4.5+ 15 4.5+ 15 4.5+ 17 66 22 44 -- 4.5+ 21 C 100/ 0.75" 16.0 100/ 20.0 0.5' w L a 5058 Brush Creek Rd. ALPHA #XTESTING 76119 Worth, Texas LOG OF BORING NO.: 132Sheet I f 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Project: Citadel Start Date: 8/29/2017 End Date: 8/29/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE L 1 After Drilling (ft): DRY CL S[ After Hours (ft): MATERIAL DESCRIPTION Brown CLAY - with gravel below 2 ft _ 4.0 5 Tannish Brown and Gray SHALY CLAY 10 _15_ 20 25 30 35 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ihs / in): C 1= y L x m T co`m U� CD m o w E _ E m c A? o� c—�o 0o c o 0 w ma d N Za n -' U � y u u m ._ 2 o U � 6 o- e o iL m m x u, a s �a z� a 4.5+ 13 4.5+ 10 4.5+ 22 4.5+ 24 4.5+ 22 60 24 36 15.0 M Gray LIMESTONE with shale seams 17.0 Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+ 18 4.5+ 22 5058 Brush Creek Rd. A L P H A #NtTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO -she t I of Phone: 817-496-560 Fax: 817-496-568 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 8/30/2017 End Date: 8/30/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE 1 After Drilling (ft): DRY o S[ After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits 10 15 _ J _ 20 25 30 35 Tannish Brown and Gray SHALY CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): 170 / 24 Q. o V C E a L fA . �• O N (I N CD- c x N m >Q do 0E mrn Q 8a� 0o 1c ;CaC'J Uc o U mE y 0 0o � v a m tn x a �a a Z a 4.5+ 17 4.5+ 16 77 28 49 4.5+ 18 4.5+ 20 60 28 32 -- 4.5+ 20 4.5+ 19 18.01 100/ F 20.0 0.75' 5058 Brush Creek Rd. ALPHA Worth, Texas LOG OF BORING NO.: 134f #'%TESTING 76119 h eet 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I in): 170 / 24 GROUND WATER OBSERVATIONS c hi w Q On Rods (ft): NONE a.zo N > rn coff w q 3 c J J Drilling (ft): DRY Uao 1Q o N o oAfter oa After Hours (ft): a s ow 10 N C�7° Fr a j aa MATERIAL DESCRIPTION Dark Brown CLAY - / 4.5+ 17 - 4.5+ 17 4.0 _ 5 Light Brown CLAY with gravel seams - 4.5+ 20 58 22 36 - 4.5+ 19 - 4.5+ 20 10 10.0 Gray LIMESTONE with clay seams and layers -15- 100/ _ _ 1.75" 20 20.0 3.5" TEST BORING TERMINATED AT 20 FT 25 30 35 5058 Brush Creek Rd. + ALPHA #\TESTING 76119 Worth, Texas LOG OF BORING NO.: 135et 1 f 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesdng.com Client: North Presidio. LLC Project: Citadel Start Date: 8/30/2017 End Date: 8/30/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t t 1 After Drilling (ft): DRY o 0 S[ After Hours (ft): MATERIAL DESCRIPTION 0 Dark Brown CLAY _ 2.0 Brown CLAY with gravel 5 _ 6.0 Tan and Brown SHALY CLAY with limestone seams 10 Gray LIMESTONE with shale seams _15 Gray CLAY SHALE _20 TEST BORING TERMINATED AT 20 FT 25 30 35 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): 170 / 24 v a t e x _ CL > O y N «� U y O1 N hamci U iQ 0� E oaQ ya �0d � dN a Lm A?o2 E c- m U e o d co rcoZj a ?3 3 Mv a ... 2.5 27 �- 2.25 24 4.5+ 18 53 22 31 4.0 21 3.25 25 13.01 100/ 1.25" 18.0 100/ Y 20.0 8.5" 5058 Brush Creek Rd. ALPHA Worth, Texas LOG OF BORING NO.: 136et #XTESTING 7Fort 6119 1 f Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS y E o X w On Rods (ft): NONE T `n as G '� 9 C J U a a 1 After Drilling (ft): DRY N N Q> Ix N O U U N '-' y 0 U C.0 o o C C a s z a p U' � y a o After Hours (ft): N o— a N p X� I 0 gin z° Fa a o MATERIAL DESCRIPTION Dark Brown CLAY 5 10 15 20 25 30 35 4.0 Brown and Gray SHALY CLAY 8.0 Tan and Gray SHALY CLAY with gravel seams 4.5+ 16 4.5+ 12 4.5+ 9 4.5+ 22 62 23 39 4.5+ 22 4.5+ 9 17.01 Gray SHALY CLAY 4.5+ 12 20.0 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. ALPHA #NJESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 142t 1 f 1 817-496-5608 Fax: PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5 www. alphatesting. co com Client: North Presidio. LLC Project: Citadel Start Date: 8/28/2017 End Date: 8/28/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE 1 After Drilling (ft): DRY CL o After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 2.0 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): 170 / 24 oy t c _ x m a a' F ZO to a Z5 m m y E E c�§E >$� a E 0-5 m o- 2 aN a � 'o In- 3a 0 Xa. a. j Z a 4.5+ 18 4.5+ 20 79 28 51 4.5+ 23 Sort Bosh Creek Rd. ALPHA T E S T I N G Fort worth, texas LOG OF BORING NO.: 143 /� 76119 Sheet 1 of 1 Phone: 817-496-60 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphate.yting.com Client: North Presidio, LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 8/29/2017 End Date: 8/29/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS ri y a o x Q On Rods (ft): NONE F z o y m y ._ N E s J E a a 1 After Drilling (ft): DRY O a o a o o c a N o a y U o L° After Hours (ft): C7 U c0 d y U U +` o d t Q a y cn x (U a ? z a a MATERIAL DESCRIPTION Dark Brown CLAY - 4.0 35 - 4.5+ 26 77 27 50 4.0 _ 5 Tan CLAY 5 0 4.5+ 9 10 15 20 25 30 35 5058 Brush Creek Rd. ALPHA #NJESTING 76119 Worth, Texas LOG OF BORING NO.: 144t 1 f Phone: 817-496-560 Fax: 817-496-58 PROJECT NO.: W172146 WHERE IT ALL BEGINS www. alphatesting. co com Client: Project: Start Date: 8/29/2017 Drilling Method: North Presidio. LLC Citadel End Date: 8/29/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE t 1 After Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION Tan and Brown CLAY - FILL Dark Brown CLAY _ 5 Tan CLAY TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): � L E m d U a� o «c�' nn a NNCy y 3 Y E dL CD yi.1 °- a a--p a c V J U ' E� c Q J m a y .� `n ra a �`n Z M a 4.5+ 14 52 20 32 2.0 4.5+ 27 4.0 ri 5.0 4.5+ 9 r� Brus ALPHA #\TESTING Foh Creek Rd Fortrt Worth, texas LOG OF BORING NO.: 145 76119 Sheet 1 of 1 Phone: 817-496-56PROJECT NO.: W 172146 w WHERE IT ALL BEGINS Fax: 817-496-5608 ww. alph atesting. com Client: North Presidio. LLC Project: Citadel Start Date: 8/29/2017 End Date: 8/29/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE t t 1 After Drilling (ft): DRY o 2 After Hours (ft): MATERIAL DESCRIPTION _/® Dark Brown CLAY VA 5 Light Brown CLAY TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 4.0 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): C N E L u F g U" > o� ,cC ate` E > d ,Q N O U E N -5) O a O ' O Li a N Q 0 U c� Z^ E In C X u C o� c Z C m Cr fa a N _m F- a a M a 4.5+ 18 64 22 42 4.5+ 19 4.5+ 21 5058 ALPHA #NTESTING Brush Creek Rd. Fon Fon Worth, rexas LOG OF BORING NO.: 146 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECTNO.: W172146 www.alphatesting.com Client: Project: Start Date: 8/29/2017 Drilling Method: North Presidio, LLC Citadel End Date: 8/29/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS QOnRods (ft): NONE `-' 1 After Drilling (ft): DRY a a After Hours (ft): MATERIAL DESCRIPTION Brown CLAY 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): a o cn o y 0 U� c0, E C 2Q a v0 J m ��Q E 00 pN o f rn a D doc� O> i m cy 0n X Z ca 0 10 ra ) 3 0 4.5+ 19 4.5+ 18 63 21 42 4.5+ 20 ALPHA #XTESTING 5058 Brush Creek Rd. Fort Worth, Texas LOG OF BORING NO.: 147 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W 172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: Project: Start Date: 8/29/2017 Drilling Method: North Presidio. LLC Citadel End Date: 8/29/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t L 1 After Drilling (ft): DRY o120 After Hours (ft): MATERIAL DESCRIPTION �// Light Brown CLAY with calcareous deposits and limestone fragments 5_ TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): a o v s y E d ink CY my L x C m >C7 -y(A o o f r 5 m oO ?ice a c J J .Nmca a E O O-0 a.fL U U° -vor U m CO ram a Z J o a. 4.5+ 25 4.5+ 14 68 22 46 4.5+ 15 5058 Brush Creek Rd. ALPHA #NJESTING 76r19 Worth, Texas LOG OF BORING NO.: 148et I f Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECTNO.: W172146 www.alphatesdng.com Client: North Presidio. LLC Project: Citadel Start Date: 8/29/2017 End Date: 8/29/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS CO Q On Rods (ft): NONE t L 1 After Drilling (ft): DRY aai o 2After Hours (ft): MATERIAL DESCRIPTION _ �Brown CLAY _ 2.0 Light Brown CLAY with calcareous deposits _ 5 5.0 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: — Hammer Drop (Ibs / in): a a a vc cn v o y r rn� a _ _ axi Z o a o0 0 Q' c of crn cc ao a ,� c m mo 2�c 0- ° g m co U o; a a r Z j m aca a .., i-a a j� 4.5+ 14 4.5+ 8 50 19 31 4.5+ 14 5058 Brush Creek Rd. ALPHA #XTESTING 76119 Worth, Texas LOG OF BORING NO.: 149Sheet 1 f Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesring.com Client: Project: Start Date: 9/7/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/7/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w 0 Q On Rods (ft): NONE t t 1 After Drilling (ft): DRY oCL After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules 5 W11 Tan SANDY CLAY with calcareous deposits TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (lbs / in): a C w G1 y my L e X E c F �Q 8 N z 5 U y (n �c 2 J u COp d-" a DaU 0 ua N m ° o w a° d Zca Xa 2 a m a. a �`a 4.5+ 22 4.5+ 20 69 24 45 4.0 5.0 4.5+ 21 ALPHA /� 1' E S 1' I N G FOSS Brush Creek Rd. /� Fort worth, Texas LOG OF BORING NO.: 150 76119 Sheet 1 of 1 817-496-608 Fax: PROJECT NO.: W17'2146 WHERE IT ALL BEGINS Fax: 817-496-56 www.alphatating.com Client: North Presidio, LLC Project: Citadel Start Date: 9/7/2017 End Date: 9/7/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE a 1 After Drilling (ft): DRY ZL o S[ After Hours (ft): c7 MATERIAL DESCRIPTION Brown CLAY with calcareous deposits 4.0 5 Light Brown SANDY CLAY with calcareous deposits 5.0 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth, Texas .w Surface Elevation: West North: Hammer Drop (Ibs / in): T C d '� o E x c m U._, o c._ A m J >O E 8� cYi E 5 oa a° 2 c m cyan 2,,a aN p" O U m °7 rn V c m o+ x a C a o z� a m a �a a 4.5+ 16 -� 4.5+ 17 4.5+ 14 56 22 34 5058 Brush Creek Rd. ALPHA #'%TESTING 7Fort 6119 Worth, Texas LOG OF BORING NO. Sheet 1 f 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio, LLC Project: Citadel Start Date: 9/7/2017 End Date: 9/7/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t L 1 After Drilling (ft): DRY oCL S[ After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous nodules —N 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): d o c a � c w >_ fn ... 0, N cm L o x N >P CV J7 O�� Oa Q c m coaN Q NJ . 7C`0. s ai h" X ai oo Z m� a. m a i-a a 4.5+ 18 4.5+ 18 71 25 46 4.E * 17 Brus A L P N A #NJESTING 5058 Worth Creek Rd. Fort worth, Texas LOG OF BORING NO.: 152 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatating.com Client: Project: Start Date: 9/11/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/11/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t U L 1 After Drilling (ft): DRY o CL S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown GRAVELLY CLAY with calcareous nodules _5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas i Surface Elevation: West: North: ` Hammer Drop (lbs / in): Tfn c y E O e x 6 y y .�_, V r.. y j o 4 �i C J J C >0 c 0 E rn mo cc --0 a aN a O U a 'v o m m a��i� m D m c C 0 Cn v o" x� z .2 :2 a m aw �a a j� a 4.5+ 20 73 27 46 4.5+ 22 4.5+ 21 i r. 5058 Brush Creek Rd. ALP H A /� T E S T I N G 76rt Worth, Texas LOG OF BORING NO.: 153et I f , Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphate.sting.com Client: Project: Start Date: 9/7/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/7/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t t *-After Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION Brown CLAY Brown SHALY CLAY with calcareous nodules 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / In): N a � C •N-. F� y co L O) a _ X N E C 3 °1 >Q o do co of 1)rn ioo o� a s w dN Za o X c a in o o Z •� °� -i d m a �a a 4.5+ 13 2.0 4.5+ 9.5 113 13 63 24 39 5.0 4.5+ 15 W 5058 Brush Creek Rd. A L P H A #'%TESTING 6119 Worth, texas LOG OF BORING NO. Sheet I of 1 Phone: 817-496-5600 WHERE IT ALL BEGINS Fax. 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/7/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/7/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE t L 1 After Drilling (ft): DRY oCL 12 7 After Hours (ft): MATERIAL DESCRIPTION _ Brown CLAY with calcareous nodules 5 Brown and Gray SHALY CLAY TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 4.0 5.0 Location: Fort Worth. Texas Surface Elevation: West: — North: Hammer Drop (Ibs / in): a o in• O y p)> 0 - N � H Z' 0 OU) 61 U.... 3 Y y 'p L C(n N �C C J J a $�C:5 o Eo c o— a cy 0 4c� 2 a p �j "O '� y N V C N CO •' 0 6 :: J N a. 4.5+ 13 4.5+ 13 4.5+ 12 54 23 31 5058 Brush Creek Rd. A L P H A +NtTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.Sh et 155f F817-496-560 Fax:ax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 9/7l2017 End Date: 9/7/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w 0 Q On Rods (ft): NONE 1 After Drilling (ft): DRY o 12 S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY _ 4.0 5 Light Brown CLAY with limestone gravel 5.0 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): Q. a E� a0 4) o E y C >O y` 0 3 Y d U L r o E a y fn mo 2,a a o J J o E $� oa ao c� aN o, U 'Q m y u� �) a Bin z J a ii 4.5+ 18 63 25 38 4.5+ 21 4.5+ 6 5058 Brush Creek Rd. ALPHA #XTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 156Sheet 1 f Phone: 817-496-5600 WHERE T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesdng.com Client: Project: Start Date: 9/2/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/2/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE a n 1 After Drilling (ft): DRY o S[ After Hours (ft): MATERIAL DESCRIPTION �% Brown CLAY with calcareous nodules MA TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West North: Hammer Drop (Ibs / in): a o N d 6) v 0.2 01 y O1 N e x N C 0 U._. C U m m .C�.. Cp 9 v J i CL $� 00 E 5 o chi o- a. a y 00 p a U .3 0 m m N V c o-- 6 " Xa 0 Z ?? m Cr U a m a a 4.5+ 16 4.5+ 17 4.5+ 18 5058 Brush Creek Rd. ALPHA #kTESTING 76r19 Worth, Texas LOG OF BORING NO.: 157f Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 9/7/2017 End Date: 9/7/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE t t 1 After Drilling (ft): DRY oCL S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 5]FVE'l /// Tan SANDY CLAY with calcareous deposits TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): m o c a o c � > c trn m _ E x m c U o E m 6 6, '0o o a J Z m >C3 �i� m c'ci o� a aN cL chi a— V u a COX m c�i in e Z •� d m 4.5+ 3.0 89 21 79 28 51 4.5+ 21 4.0 5.0 4.5+ 12 5058 Brush Creek Rd. ALPHA #T E S T I H G Fort worth, Texas LOG OF BORING NO.: 158 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/11/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/11/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE YAfter Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): w E x N e N N cJ5 m >O oo 0E 0-6 mo a C O C o-� d Q aN U •? 'y E coif p„ c a J a y Xa a 0� Z 3 a. 4.5+ 20 — 4.5+ 22 81 28 53 4.5+ 19 BrusCreek Rd. Fort ALPHA /'k T E S T I N G Fort worth, Texas Worth LOG OF BORING NO.: 159 /� 76119 Sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphaWting.com Client: North Presidio, LLC Location: Fort Worth, Texas project: Citadel Surface Elevation: Start Date: 9/2/2017 End Date: 9/2/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS �_ o d On Rods (ft): NONE ,.�.. J H -Sjw `n d s °1 '� t O a E _ E20 a a 1 After Drilling (ft): DRY a > � o o 5 a cl Z a v �j H o After Hours (ft): m LP v` o d o `' o w d Cr J 10 a m ,. F-a a �� Z 3 a MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules - 4.5+ 19 - 4.5+ 16 76 28 48 4.0 5 Light Brown CLAY with calcareous nodules 5.0 4.5+ 17 - TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 ALPHA #NJESTING 5058 Bosh Creek Rd. Fort worth, Texas LOG OF BORING NO.: 160 76119 Sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/7/2017 Drilling Method: North Presidio, LLC Location: Fort Worth, Texas Citadel Surface Elevation: End Date: 9/7/2017 West: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r ` 1 After Drilling (ft): DRY o After Hours (ft): c1 MATERIAL DESCRIPTION Brown CLAY 7 Tan LIMESTONE with clay seams and layers _5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 o T o U! ~ N� °; Y .... Y G7 n E O � 'Or d t °7 >> O� c._ a>� N� ?� o C x " N E c J J a >O 0) o E �� o� o f ao 2 rn o OV mc) dR ❑ U Cr m N F- d d � Z � 3 d 2.0 4.5+ 19 79 27 52 1001 5.0 1.25' — ALPHA /'k T EST I H G FOSSWorth Creek Rd. /� Fort Worth, Texas LOG OF BORING NO.: 161 76119 Sheet 1 of 1 Phone: 817-496-60PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: Project: Start Date: 9/7/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/7/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE L 1 After Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 5 Light Brown CLAY with calacareous deposits TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): m T � a E r~ U N `m U� c°' o, a = E E c >Q d o E m c� E $� o, d a c d rLN p a U y ~a a �� a Z 3 J a ii 4.5+ 16 4.5+ 2.5 93 19 63 23 40 4.0 5.0 4.5+ 14 ALPHA #XTESTING 5058 Brush Creek Rd. Fort Worth, texas LOG OF BORING NO.: 162 76119 Sheet 1 of 1 817-496-5608 Fax: PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-56 www.alphatesting.com Client: Project: Start Date: 9/2/2017 Drilling Method: North Presidio. LLC Location: Fort Worth. Texas Citadel Surface Elevation: End Date: 9/2/2017 West: CONTINUOUS FLIGHT AUGER North: Mo GROUND WATER OBSERVATIONS Q On Rods (ft): NONE a 1 After Drilling (ft): DRY o I° S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Tan LIMESTONE with clay seams and layers -51 Tan GRAVELLY CLAY with calcareous deposits TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Hammer Drop (Ibs / in): 170 / 24 T 05 (n v` O H „ 01 t -I_ E _ E x c E > Q Q0: O cc p� U a O C O C N O aN �v O U 7 y J d c c�ia o m Q �p a m o a? Z 3 a 4.5+ 22 2.0 100/ 0.75" 4.0 5.0 4.5+ 7 52 20 32 T 5058 Brush Creek Rd. ALPHA #NtTESTING Fort 6119orth,Texas LOG OF BORING NO.Shet1 of 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-56o8 www.alphatesting.com M Client: North Presidio, LLC Project: Citadel Start Date: 9/7/2017 End Date: 9/7/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS F Q On Rods (ft): NONE a 1 After Drilling (ft): DRY 0 6 After Hours (ft): (7 MATERIAL DESCRIPTION 05 Dark Brown CLAY with calcareous nodules 5 Light Brown CLAY with calcareous nodules TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 4.0 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / In): -o Do m x U� 3 Y N OL J C E O 0 .... d c c C O �o d N �n `� �j 72 `- Nin 2 (n �, X 47 z o _Q J d iL F- d d 4.5+ 19 4.5+ 16 69 25 44 4.5+ 14 5058 Brush Creek Rd. ALPHA #%TESTING 76119 Worth, Texas LOG OF BORING NO.: 164et 1 f Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/7/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/7/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE n a 1 After Drilling (ft): DRY o 12 7 After Hours (ft): C7 MATERIAL DESCRIPTION VZA Dark Brown CLAY 5 Light Brown CLAY TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 4.0 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): o a C y O L f�A Ol N o C X w o� NL y0 U ca mo 2 0. o p J .5 U` - n E o o c C o� d da p U U l0 C C O "' e O .0 j� Z = a N J a N a a 4.5+ 13 4.5+ 16 64 24 40 4.5+ 15 5058 Brush Creek Rd. ALPHA /#XTESTING 7Fo6r19 Worth, Texas LOG OF BORING NO.: 165Sheet 1 f , Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/11 /2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/11 /2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t L 1 After Drilling (ft): DRY o 2 S[ After Hours (ft): MATERIAL DESCRIPTION — �WA Dark Brown CLAY 5 Light Brown CLAY with limestone gravel and — calcareous deposits TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): � a _m o c E 0 Gl N 3 Y N �L ti N O O N.. N O N� 7 r(� O Z`O. C O a ° d OX E ci Cd O O C C o. a a N p` U Q O m .y Xm C °- z r � m a Co a �a a° -� 4.5+ 19 4.5+ 3.9 90 21 73 23 50 4.0 5.0 4.5+ 13 l 5058 Brush Creek Rd. ALPHA #N*TESTING 76119 �rrh, Texas LOG OF BORING NO. Sh eet 166f Phone: 817-496-5600 WHERE IT ALL BEGINS Fax: 817-496-5608 PROJECTNO.: W172146 +, www.alphatesting.com Client: Project: Start Date: 9/11/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/11/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE After Drilling (ft): DRY a o After Hours (ft): � MATERIAL DESCRIPTION Dark Brown CLAY Light Brown CLAY with limestone gravel 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 2.0 5.0 Location: Fort Worth. Texas i Surface Elevation: West: North: Hammer Drop (lbs / in): a o a v E m L U� o y rn� rn a x _. m F Z o O >0 a $of N UE N6 oa o w C aS a U N o f0 � ao U c �m U E �? a m co Fa a j Z a 4.5+ 21 -- 4.5+ 16 82 27 55 4.5+ 11 5058 Brush Creek Rd. ALPHA #XTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 167t 1 f Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: 9/7/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/7/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE w t 1 After Drilling (ft): DRY o S[ After Hours (ft): MATERIAL DESCRIPTION �� Brown CLAY with calcareous nodules _5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): F -o G y E °' Uwe. d 9iz t Z N O o 6 3 Y N 'OL N O O N•-• y� yOo 3C U C O J J U ' E O .... a. C y c, d N v Q N m V c m O.. 0� �a o o Z m a m a a 3 4.5+ 18 4.5+ 19 59 23 36 4.5+ 16 5058 Brush Creek Rd. ALPHA #kTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 168Sheet 1 f 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 _ www.alphatesting.com Client: Project: Start Date: 9/8/2017 Drilling Method: North Presidio, LLC Location: Fort Worth. Texas Citadel Surface Elevation: End Date: 9/8/2017 West: CONTINUOUS FLIGHT AUGER North: — GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r 1 After Drilling (ft): DRY oCL After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous nodules 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Hammer Drop (lbs / in): N 'p C � y Imp .... , ECL la 4) �- t O_I N e - x N C T N N� N 3 N y U2... NO E $� o� a 2 y dN p a U 8fA a to ram a Z M ii 4.5+ 14 - 11 4.5+ 15 68 28 40 5.0 4.5+ 16 FBrush Creek Rd. ALPHA /� T E S T I N G Fort Worth, Texas LOG OF BORING NO.: 169 /� 76119 Sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 - WHERE IT ALL BEGINS Fax: 817-496-F608 www.alphatesting.com Client: North Presidio. LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9/8/2017 End Date: 9/8/2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS o v c � E� o a On Rods (ft): NONE a F > 0 3 .60 t .� c E r DRY 1 After Drilling (ft): o > U zy a � After Hours (ft): � E $ D op a dN Q 08 o c m m pno cMX �a a C Z a 3 a MATERIAL DESCRIPTION ' Dark Brown CLAY with calcareous nodules — 4.5+ 8.6 99 19 60 25 35 2.0 _ Light Brown CLAY with limestone gravel — 4.5+ 10 5 5.0 4•5+ 14 _ TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 "` 35 5058 Brush Creek Rd. ALPHA #XTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 170 Sheet 1 of 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: North Presidio, LLC Project Citadel Start Date: 10/14/2017 End Date: 10/14/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r = 1 After Drilling (ft): DRY N N After Hours (ft): MATERIAL DESCRIPTION ,% Brown CLAY with gravel 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): - -O 2 l�q E L O �' Ol o C X rF U NN«wO CO E ` >C7 a OM N U C�O2 C O— a N U ULC J a cc `a �a a �� Z a r..a 4.5+ 18 �. 4.5+ 19 59 23 36 4.5+ 16 T ALPHA #XTESTING Brush Creek Rd. Fort ForrWorth, texas LOG OF BORING NO.: 171 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Ciient: Project: Start Date: 9/2/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/2/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t r 1 After Drilling (ft): DRY o After Hours (ft): MATERIAL DESCRIPTION �� Brown CLAY with calcareous nodules 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (lbs / in): N :R s y E y o L E N C F �� o y U co C J A?>C) E �X c o o f c 5 Ma cc), o� o 2 c aw Zn p" o U O 'Q m chi y m °� w U 6 o- 0 6 Z Sao �' ca � a m a �� 4.5+ 17 4.5+ 18 19 74 24 50 5058 Brush Creek Rd. i ALPHA #kTESTING 76119orth. Te= LOG OF BORING NO.: f 1 Phone: 817-496-5608 PROJECT NO.: W 172146 WHERE IT ALL BEGINS Fax: 817-496-56 www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 10/14/2017 End Date: 10/14/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS ID Q On Rods (ft): NONE s s 1 After Drilling (ft): DRY o S[ After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 5 Brown CLAY TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): .off m E s W a x a T - > CD � m U� c.L U y E E c >[7 a UoU� E � o c"i E d) �o cB o o c c do Z N V V a.`. C o U Q N QI (n Ix U d X y �Z cc d y d f a d ?� 4.5+ 21 4.5+ 16 82 27 55 4.0 _ 5.0 4.5+ 11 ALPHA #XTESTING Sort Brush Creek Rd. Fort Worth, texas LOG OF BORING NO.: 173 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: Project: Start Date: 10/14/2017 Drilling Method: North Presidio. LLC Citadel End Date: 10/14/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE L 1 After Drilling (ft): DRY aai After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): T o a $ 6 «N E U) 09 c y .0 c E x .E c N 41 N y 0 COS p G U Z'a p U L' G U� E (� d0 a y a 0" U Q U m y u) X N C U u) 96 .0 N J a_W 0 a. a 3 4.5+ 11 4.5+ 12 13 5058 Brush Creek Rd. T ALPHA #NJESTING 76r19 Worth, Texas LOG OF BORING NO.: 174et 1 f 1 Phone. 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/5/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/5/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE w L 1 After Drilling (ft): DRY o ° After Hours (ft): MATERIAL DESCRIPTION Brown GRAVELLY CLAY - FILL 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (lbs / in): d C E C N L e X N c U 2 CCD N E C > am� a��.N oo c U H E L) c v m n 4.5+ 22 — 4.5+ 19 55 25 30 4.5+ 17 FBrush Creek Rd. A L PH A Fort Worth, texas LOG OF BORING NO.: 175 #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-560 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com V Client: North Presidio. LLC Location: Fort Worth. Texas Project: Citadel Surface Elevation: Start Date: 9/6/2017 End Date: 9/6/2017 West: .. Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS w .QOn Rods (ft): NONE 3":, c J J c w U L 1 After Drilling (ft): DRY a > o o o E m g z a a a)2 After Hours (ft): a o a N v `m Q ° N a C7 U) X y c U cn Z F d d j m J d d MATERIAL DESCRIPTION Brown GRAVELLY CLAY — 4.5+ 12 — 4.5+ 10 52 21 31 5 5.0 4.5+ 11 _ TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5058 Brush Creek Rd. ALPHA #NtTESTING 7Fort 6119 Worth, texas LOG OF BORING NO.: heet 176f 1 Phone: 817-496-560PROJECT NO.: W 172146 Fax: 817-496-5608 f WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: 9/6/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/6/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS QOn Rods (ft): NONE a n 1 After Drilling (ft): DRY o L° (7 After Hours (ft): MATERIAL DESCRIPTION Brown CLAYEY SAND with Red Sand - FILL Light Brown and Dark Brown CLAY with asphalt — fragments - FILL 5 Dark Brown CLAY - possible fill 10 15 20 25 30 35 2.0 4.0 5.0 Location: Fort Worth, Texas + Surface Elevation: West: North: - Hammer Drop (Ibs / in): b S y E m c x a o y� cn 00 3 y m CM ao ° � c iD E : 60 c > Ci E �o 0:5 c 0 ° E c m °� 2 �o 0- �i Zn ° U Z' (n a° x 8 u� Z o. J U a N a '. a)a Fa 3.0 22 .. 2.25 17 2.25 35 66 26 40 PH#XTESTING 5058 Brush Creek Rd. ALA Fort worth, texas LOG OF BORING NO.: 177 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: Project: Start Date: 9/6/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/6/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS J Q On Rods (ft): NONE r r 1 After Drilling (ft): DRY oCL After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous nodules 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): o T cL 'O C V y Q� Om Ol>N t a - X F y Ca -J c a2'Q.� d O� O� d C a.N O U Q` U O i U m X N C U dJ o Z C N J D N O a a. a 4.5+ 18 4.5+ 17 62 23 39 4.5+ 17 5058 Brush Creek Rd. ALPHA #kTESTING 7Fort 6119 Worth, Texas LOG OF BORING NO.: 178r Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/6/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/6/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE 1 After Drilling (ft): DRY oCL After Hours (ft): MATERIAL DESCRIPTION %/ Brown CLAY with calcareous nodules 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): CL o a c H E y t (n v 0.4 Ol y 0 - _ x N H Z` `O y y 4; L) C -- N y C OCCO E O OEd� O Oa a. O Q U- rn V c O6m " x�m za0 aO? aUa cc m a a 4.5+ 12 4.5+ 10 52 21 31 4.5+ 11 W w w ew M ei wr ALPHA � T E S T I N G FOSS Brush Creek Rd. / Fort Worth. Texas LOG OF BORING NO.: 179 / 76119 Sheet 1 of 1 Phone: 817-496-60PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphaWting.com Client: North Presidio. LLC Project: Citadel Start Date: 9/6/2017 End Date: 9/6/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS 0 Q On Rods (ft): NONE r 1 After Drilling (ft): DRY o ( After Hours (ft): MATERIAL DESCRIPTION � #' Brown CLAY with calcareous deposits 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): a T > o cn `m E c m N U O m E > d E °� O O O" O °E ° a mo �a o_ � n° o c 4 N ❑ p U U' m W X a° a� z Cr J yLj FL m F a 0- ? � a 4.5+ 9 4.5+ 11 4.5+ 13 5058 Brush Creek Rd. ALPHA #kTESTING 76119 Worth, Texas LOG OF BORING NO.: 180Sheet 1 f 1 Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 www.alphatesting.com Client: Project: Start Date: 9/6/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/6/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS S[ On Rods (ft): NONE t r 1 After Drilling (ft): DRY oCL S[ After Hours (ft): MATERIAL DESCRIPTION %/ Brown CLAY with calcareous nodules 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (lbs / in): d C +y-. E N L -I.� X ar G o> fn 0. C'>o �jOf C 'O N CL > Cy lr O O U 0 .-. E O'S a 2 m p f0 d N U a O U :O O �` C` in e Q N a to ` x u a j r- a Z ? a 4.5+ 13 62 25 37 s 4.5+ 13 4.5+ 13 Fort Brush Creek Rd. A L PH A Fort Worth, Texas LOG OF BORING NO.: 181 #XTESTING 76119 Sheet 1 of 1 Phone: 817-496-5600 PROJECT NO.: W172146 ' WHERE IT ALL BEGINS Fax: 817-496-F6 08 www.alphatesting.com Client: North Presidio, LLC Location: Fort Worth, Texas Project: Citadel Surface Elevation: Start Date: 9J6J2017 End Date: 9J6J2017 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs J in): GROUND WATER OBSERVATIONS N a w Q On Rods (ft): NONE > z o � U t- .E'� � E r- t t 1 After Drilling (ft): DRY aCLc�� a > a iv o (D m c cc,) ° dc� n - o120 After Hours (ft): o w y ❑ x do e .� in a a z° MATERIAL DESCRIPTION ,� Brown CLAY with gravel and calcareous nodules - 4.5+ 11 - 4.5+ 12 _ 5 5.0 4•5+ 13 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 ' 35 5058 Brush Creek Rd. ALP H A /� T E S T I N G 76rt Worth, Texas LOG OF BORING NO.: 182f Phone: 817-496-5600 WHERE I T ALL BEGINS Fax: 817-496-5608 PROJECT NO.: W172146 _ www.alphatesting.com Client: Project: Start Date: 9/6/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/6/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE t t 1 After Drilling (ft): DRY oCL After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous nodules 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West North: Hammer Drop (Ibs l in): v c u�i E m L o x CL o Z in 549 o U my c� O1 m c E J v c C >C3 E 8 �2 o o m 5— n.2 w mo aw Z o o" 0 y - m m U 0Cz a o Z - `m � a m a Xn n ?cn 4.5+ 13 — 4.5+ 13 61 21 40 4.5+ 15 PM i M M M i r.. ALPHA Brush Creek Rd. Fort / Fort worth, Texas LOG OF BORING NO.: 183 /� T E S T I N G 76119 Sheet 1 of 1 Phone: 817-496-560 Fax: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: 9/1 /2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/1/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE t L *-After Drilling (ft): DRY o T S[ After Hours (ft): MATERIAL DESCRIPTION 6" CONCRETE 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs 1 in): m C a :2 -q w E m a m a ~ Np 43 > �'°' 'm0 w E E c C >C7 w o o f rn mo 2 as Z o U 3 o oe o- r y o p„ a J m y 4. U) Z F- p. a.= j n . 0.5, 2.5 34 2.5 33 35 18 17 5.0 2.75 12 5058 Brush Creek Rd. ALPHA /'k T E S T I N G 7Fort 6119 Worth, Texas LOG OF BORING NO.Sh 184f 817-496-5608 Fax: PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-56 www.alphatesdng.com Client: Project: Start Date: 9/1/2017 Drilling Method: North Presidio. LLC Citadel End Date: 9/1/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS Q On Rods (ft): NONE 2 1 After Drilling (ft): DRY CL After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with gravel - FILL 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (lbs / In): T a? �E w E �5 o N Ol r Ol - E x 'r c r Z O o y4) V= c._ m m E :.� -� a >Q i?i� o o f o 2 mo aN Z V w a� o� � a c Bin p v min a X0 a Za. a 4.5+ 5 4.5+ 10 4.5+ 8 45 21 24 ALPHA /'k T E STING Fort Bosh Creek Rd. / Fort worth, texas LOG OF BORING NO.: 185 76119 Sheet 1 of 1 Phone: 817-496-560PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-5608 www.alphatesting.com Client: Project: Start Date: 9/1/2017 Drilling Method: North Presidio, LLC Citadel End Date: 9/1/2017 CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS w Q On Rods (ft): NONE CL t L 1 After Drilling (ft): DRY o S[ After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with gravel - FILL 5 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 5.0 Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs 1 in): a o a ?5 y E » uo« m my L �' c x a o� oa a o r c dN a U w E y U c _v J m a w `n tea. a = Z a 4.5+ 23 4.5+ 25 64 25 39 4.5+ 21 ALPHA /� T E S T I N G Sort Brush Creek Rd. / Fort Worth, Texas LOG OF BORING NO.: 186 76119 Sheet 1 of 1 Phone: 817-496-5608 PROJECT NO.: W172146 WHERE IT ALL BEGINS Fax: 817-496-56 www.alphatesting.com Client: North Presidio. LLC Project: Citadel Start Date: 9/1/2017 End Date: 9/1/2017 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS QOn Rods (ft): NONE t E 1 After Drilling (ft): DRY o S[ After Hours (ft): MATERIAL DESCRIPTION 6" CONCRETE 0"5 Dark Brown CLAY with gravel - Possible fill 5 5.0 TEST BORING TERMINATED AT 5 FT 10 15 20 25 30 35 Location: Fort Worth. Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): d E U� ° �� r e E E c o o o a >Q E $� 0 o f Q)-5 V$ a° c mo a�., Z� �„ U � m � Z ra a 3 a 3.0 18 3.75 27 64 26 38 4.5+ 12 A L P H A /X T E S T I N G KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blowsfft) ® (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 ® (ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 ® LIMESTONE RELATIVE DEGREE OF PLASTICITY (Ph ® SHALE / MARL LOW 4 TO 15 El SANDSTONE MEDIUM 16 TO 25 Flzq HIGH 26 TO 35 Lo Q (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL RELATIVE PROPORTIONS M M(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 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 ROCK CORE (2" ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) M EMP so M W am ■ ee 7 CITY OF FORT WORTH WATER DEPARTMENTS STANDARD PRODUCTS LIST UPDATED: 06-15-2018 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval Spec No. IClasssification Manufacturer I Model No. National Spec Size WASTEWATER Manhole Inserts - Field Oneratlons Use Only (Rev 2/3/16) • 3305 13 Manhole h can K— Eatmtows I Made m Order - Phes. ASTM D 1249 For 24' din • 33 05 13 I Manhole luaett South Wemm F.kaarr. Md. m Ordsan Orden - Ple ASTM D 1248 For 24" din • 330513 ManMI<msert NoOow-ifirw I MdemOeder- Phstic ASTM D1248 For 24'dis. 0923/96 33 05 13 Manhole heed Southwestern Pnkia & Sede, Inc. U&S.var- Stilue Steel For 24" din. 0923N6 3305 13 Manlal6 l.ert South—Panki¢ & Sens. Inc T6thmLok - Snile. Sorel For 24' dor I Manholes & Bases/Frames & Covers/Rectanaular 33-05-13 (Rev 2/3/161 I I I • I 3305 13 Mavhol6 Few. and Coven Wemm Iron Works. Bess & Itya Fa-dry 1001 I I 24"x40- WD I I (Manholes &_Brie$//Frame & Covers/Standard (Round 33-05-13 (Rev 2/3/16) I I I • 33 DS 13 Manhole Frsmer sad Coven Western Iron Wmb. Bass — Hen Founder I 30024 24" Di.. • 37 OS 13 Manhole Fewer end Coven M.Kmlev Iron Works Inc. A 24 AM 24" Dis. • 3305 13 Mnho16I — and Corms Ne-sh C-i na 24- Di. I 33 DS 13 Marital ole Frames sed Coven Sews Cmo Was MH-144N I 33 DS 13 Manhole Form. and Corms Siam. Comontroe MH-143N I 33 OS 13 Manhole Frames ard Coven P-t-A-Mausson GTS-STD 24" di.. I 3305 13 Manhole Frames and Coven Neenah Caatrre I I 24"di.. 10(31/06 I 33 05 l3 Manhole I — and Coven (Hi..d) Powmseal Hined Dwik Iron M.hole I ASTM A536 I 24" Di.. 725/03 I 33 OS l3 Meahale I. and Coven Saint-Gabain Pmeli. (Pam W—.) I RE32-RSFS I 30" Die 01/31/06 33 OS 13 3O" DI MH Rise and Coven Ent Jordan Iona Works I V 1432-2 and V 1483 Ibnlao AASHTO M306-04 I 30" Di.. 11/02/10 33 OS 13 30"DI MH Rina and Coven Si— Cm -tad- I Min 651FWN&MH 16502 I 30"Di. 07/19/11 33 OS 13 30" DI MH Rma avd Coven Stu Piro Products I MH32FTW SS-17C 30^ Di. 08r10/11 33 05 13 I30" DI MH Rig red Coven Aceueart 220700 H.w Duty with Onkm Rie 30' Die 10/14/13 3305 13 30^ DI MH Rion nd Cover d & Linkable) Eui Jordan Iron Works vnrh Cam IackIMPIC T-Gaskat I ASSHTO M 105 & ASTM A536I 30" Du 06/Ol/17 ah I 34 OS 13 30" DI MH aut and Cover (Weal & Lroksble) CI SIP Industrin 2280 (32") ASTM A 48 30' Die 0824/17 I 33 OS 13 01 30^ DI MH Rion and Coven (Hinge & Lack) Commit Sewo.Covm and Cover w4—k HD/FRP Comooeire 30" Di.. I (Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16 • I 33 OS l3 I Manhole Fr oars and Corms Pont-A-Moussm Pemtiaht I I 24" Du. • I 33 OS l3 Meah 1. Few. and Coven Neenah Canine I I 2 r Di. • 33 OS l3 Manhole Rama ad Coven Wemm IntoWorksBass & Hays Fonder 300-24P I I 24" Di. • 33 OS 13 Manhole Formes and Coven M.Kwley le -Woks I... I WPA24AM I I 24' Di.. 03/ON00 3305 13 Maahole hen ed Coven Accuwt I RC-2100 ASTM A 48 14" ISw 42 00/01 3305 13 Manhole Fiestas and Covens (SIP)Sm axon, lodusmm Privst Ltd. I 300-24-23.75 Riand . d C ASTM A 48 I 24" Du. I I (Manholes & Bases/New/Components 33-39-10 (Rev 2/3/16) I I I 0721,97 33 OS Il Unthoe Hvdmot& Wsnersmo Assn Ko4o K.K Adeka Ultra -Sul P-201 ASTM I12240/D412/D'!92 04/26/00 I 330513 Offit Janie 4'Dwn. MH H.— Concorm Product D—i..N. 35-004"1 O4/26/00 I 33 OS 13 Rofik Gasket fors' Din. MH Po es -SW Cukm Cory. 250.4G Gukn ASTM C-443/C-361 Ss MH 126/99 I 330 13 FIG. Mnhok A4jusrm-t Rat. lads-h. Inc HDPE pdyj moat Ring Nov -trade wa 5/13/05 m I 330513 Manhole Etaeal Wnp Cuss-CPS WnmdSd Manhole Fn—hum Svmm Manholes & I/pS"es/New/Precast Concrete (Rev I/8/131 I I I • 33 l9 l0 Manhdc. Peaast Cmuete Hvdm Condon Com SPL Ixm N49 I ASTM C 478 48" • 3339 IO Manhole, Precaet Coo— Wa0 Coecmt Pro Co Inc. I ASTM C-443 48" ' 33 39 10 Manhole. Pe.ert Con— Fortmn(frmerly Gifford-WIL Heasoo) I ASTM C 478 I 48' 0426/00 33 39 10 MR Shale OQ t Seat Joint F—Wformedy Gifford-Wa, Flan-) I Tyy99jj F �°(� 350048001 I ASTM C 478 I 48" Diem MH 0912319 3339 10 ;Manhole Precast Conemte Concram Product Inc. 48^I.D- Manhole w/ 32" Cone ASTM C 478 48" W3Z' cone 05/OB/I6 33 39 10 Manhole, Precast Concmte The Turner Company 48", 60' I.D. Manhole w/ 32" Cone ASTM C 478 48 1027,01 33 39 10 Manhole, Precast Concrete Oldc.tle Pmeast Inc. 48" I.D Manhole w:' 24" Cone ASTM C 478 41" Diem w 24" Ring 06/09/10 33 39 10 Manhole, Prwsn (Reid— PolvmmK:-- US Comr.it Piro Reif d Polymer Concnt6 I ASTM C-76 I 48" W 72" Manholes & Bases(New/Fiberalass 33-39-13 (1/8/13) 126/99 33 39 13 Rbetdsss Manhole Fluid C---L Inc. Flowdm ASTM 3713 I Nonffi -trac vas 08/30/06 33 39 13 Fibendess Msehole L.F. MeauGcmria I I I Noe-td6c ws Manholes & Bases/Rehab Svstems/Cementitious _ EI-14 Meahol.Reh.bSvrremr aedex 0423/01 E1-14 Manhole Rehab Svstwa Standard C—n Material, Inc. Relinar MSP I EI-14 Manhole Rehab Svat6me AP/M P.mafomn _ 420/01 E1-14 Manhole Rehab Syr— Sierra Company Sums SW M92A Rehab Svatw I 5/12/03 EI-14 Manhole Rehab -1, (Lm6r) Poly-t irl6x Tmhnoloaies MH mrob.duct to stov infi@ad- I ASTM D5813 09/30/06 G—W C-crnm Repay FlexKrem Techrmloei.r I Viovl Poly.tm Repay Product I I Mrrc. Us Manholes & Bases/Rehab Svstems/NonCementitious 0520/96 EI-14 Meehole Rehab Sm ystes Spnvro9. Sony wre wait Polthaoe Calla ASTM D639/D790 I • I EI-14 Manhole Rehab Symms Sun Coast I LVIWOl I C-dna fr, Comoaon p—oo(Eraeeor) ERTECH O I/31/06 Coatias for Corrosion Pro— Cheetnon 9rza2Da Coatias for Conroe-N--. war-E-i—tal 0800/06 Connie. for Corrmi-Prot6cuoe Citadel 33 OS 16, 33 39 03/19/18 10.333920 Coate fr Comoion m wfian(Extem) Sh6rwiW.— PioefNew/Centrifugally Cast Fiberalass Reinforced Pine 33-31-13(1/8/131 7121M 311 13 Cant Cart a Fibmhn Hob. Pipe USA, Inc. 0322/10 33 31 13 Fibmahss hro Amer- 10/30/03 OI.sFibm Ro rnfmcd Poivmer Roe A u-h USA 4/14/05 P.Ivmer Mddid Carson Fire Amd.h USA 0&09/10 Et-9 Rein& dPolymer C--Pipe UsePipe I hoes/New/Concrete • I EI-04 Con Piro, Rcif .d wdlC-crate Pi -Co roc. • I EI-04 Co. Pion. Rail d Hvdm Coduit Corponu- • EI-04 IC-c. For. Reif ed Hanson Coa— Product • El-04 Conc. Piro. R6itomd Corr— Piro & Praduct Co. Inc. Pipes/New/Ductile Iron 33-11-10(1/8/13) • 33 Il 10 Du<trk Ion Pipe Gnfn Pip. Product, Co. • 33 11 10 Duch Iron Pipe _ Amedcsn Ducdl6 loon hp. Co ' I 33 ll 10 Qmdl6 I_ Pipe U S Pipe and Foundry Co. ' I 33 1110 Du-k Ir- Pipe M.Wne Cart Iron Pipe Co I SBe.20230 ad 2IOD (Asrhadc E—bi-) I A. 791, S 1HR, S I, S2 &301 and M-301 SIS-30 Solids E— RR&C D.mppe—fins Non-Fb.ed Spray OMe (Ast hah. Bards—) Hobs (Nonnsawa) I I BandrtnndPi- RPM -PP Rro I Flowtire I I M—, Polvemn Pion Remftood Polvmer Conant Roe I I Class III T&G. SPL Ito 877 I � I I I I Soper 13e8-Tito D... h- P.— Pipe, Chesl I American F... Pipe i I I I I For Exterior Coatis of Concorh a-- Only Acid Ruimr. Tort Sew. A-hoauo. Sew. A-1—oroe I Sew. A-lr.— Fier-- C--.0of _ a Conmt Smamm OnN ASTM D3262ID3754 ASTM D3262/D3754_ _ ASTM D3262/D3754 ASTM C33. A276. F477 8'm IM', Class ASTM C-76 ASTM C 76 ASTM C 76 ASTM C 76 ASTM C 76 I AW WA C150. CI51 3" thou 24" AW WA CI5D, CI51 4%8" & to- AWWACISO,CI51 AWWACIso.Clsl Note: All water or serer pipe harper than 16' shall be approved for use by the Water Depan.-t on project tip -A. bean. Specal bedding may be required for some pipes. Prepared 6M52018 Pape 1 i MIND ■rr sees i R CITY OF FORT WORTH WATER DEPARTMENTS STANDARD PRODUCTS LIST IApproval Spec No. IClasssification I Manufacturer Pioes/New/P_VC (Pressure) 33-11-12 (4/1/13) 12/02/11 33-II42 DR-14 PVC Pwmre Psp Pipelife Jetstrwm IMV14 I 33-II-12 DR-14FVCPmmre Pipe I Royal Building Products I Pines/New/I-IDPE (Pine Blrstine/ShrI inine) 33-31-23(1/8/13) I Hlgh4ecury onNethArr. pipe Phdiiva D iscopipe, Inc • lhgh-density polyethylene pipe Pit —Inc • Hiah-density poyethylsne pipe Polly Pipe, In. HW dsasiry rolydbylea pia CSR Hvdm Condust/PnsSne Systems I I IPioes/New/PVC* 33-31-20 (7/1/13) • 33-3110 PVC Sewer Ron Certain -Tad Products Corp • 33-31-20 PVC Sewer Ape Naroo Manufacturing Corn • 33-31-20 PVC Sewn Pia 1-M MsnuGcmrmg Co. Inc (1M Eagle) 12/23/97• 1 33.31.20 PVC Sea-Pce aamond Plan. Comontion • I 33-31-20 PVC Sewn Pins Lesson Vyl PsPe I I 33-31-20 PVC Sew -Pia Royal Budding Prodoms 01/I8/I8 I 33-31-2' PVC Sewn Ape l/ }'Itech PVC Ape 11/1INS I 33-31-20 PVC Sewer Pia Diamond Plastics Coryo Lti_ I 33-31-20 PVC Sewer Pipe J-M Manufsormait Co, fe. (1M Faak) 09/11/12 I 33-31-20 PVC Sewer Pig P@f Jet Sbease us/06ro5 I 33.31-20 PVC SoJ Wd Ape Dccon PWuce Corprmtion 04/27/06 33-31-20 IPVC Sees, Fittings Hann • 33-31-20 I PVC Sneer Fittings Mani. Trend., Inc 11/17/99 EI00-2 Cloud Profile PVC Pipe Ducened PWtms Cmpombm 3/192018 33 31 "t PVC Sc— Pia PsceSf Jet Sbam 3/192018 33 31 20 FVC Sewer Pia Pilch& Jet a—. Pioes/Newil bed Oven Profile Large Diameter 0926N1 EI00-2 PVC Sewer Pipe. Ribbed Lmaoo VvIon Pipe 09/26N1 EI00-z PVC Sewn Ape, Ribbed E.tmsion Taluolomes. Inc. I E100-2 PVC Sewn Z. Ribbed Uponor ETl Comgoy I 11/10110 (EI00-2) Pohnoomleue(PP) Sewn Pia, Double W.lI Advanced Drainage Synere(ADS) I 11/lwlo (EI00-2) Pol—...s(PP) Sewer Ans. Triple Well Advacd DrunageSr— FADS) I 05/INI I I Steel R.Wicond Polvelhvlae Poe C,,Tmh Coestmc6on Products I I IPives/Rehah/CIPP 33-31-12 (01/18/13) ' I Cuod in Plson Ron 1nson Teak, Inc OS/03/99 C.d . Place Hon Natmual Envirotah Group 0529/96 I Cured ' Fusee Ra I e holds ncM her Taheolg Mlioa USA) (Pioes/Rehab/Fold & Form ' I Fold and Form Pia Cullum Poe a'..., In. I Fold andFo m Roe Iaitef imhnologm, Inc Fold and Fond Pia Am— Pa A Plastic; Loc. IV04/00 Fold end Fmm Pipe Muslin., 06/09ro3 Fold and Form Psp Miller Pipeline Corp. ill�e Enlarinflent Svstem (Method)33-31-23 (01/18/13)1 PIM Svmm PIM C—.- McCoa0l Svrtew MCLt Co-wcbon TRS SNtem. Trench1c s Ralacwoat System Pipe Casing S9ace's 33-05-24 (07/01/13). 11/04ro2 Steel F%M C.wig sp.cma Adv.oed Product and syarams, Inc. 02/o7)9 StsiJes, Steel Casing Span Advacd Products and SYstama, Inc. I 00.22/87 C.—S Span C... de w--k. M..f.-nng I 09/14/10 Stsivl-a St.[ Grt.g Spcer Pplios Seal and fulebr I 09/14/10 Coatdtee Sl Casio Span Pipeline Seel and Insulator I 05/10/11 Stainless a-[ C.nng Spacer Pwerse I I 03/19/18 Gaivg Spcen BWM 03/19/IB I Casing Spcen BWM jCoair s/Enq(v 33-39-60(01/08/13) I o225/02 I Epoxy a ff System S.—iun, fe I 12/14/0I I Epo y_- re. min Ertech Tahmul Coatings 04/ /05 Inteosor Use..... q� 1 01131106 i11 pmtecUon I Chatertou ` 8282006 I Co.tines for Corrosion Pmtedon Werra E.vim—atal i; oatinixs[Fol�uretgane ``Norw ILombmation Air Valves for Sanitary Sewer Yorce Mal is 0525/19 33-31-70 Air Relesse Valve 1 I A.R.I. USA, Iuc. WATER Pive03-31-70 (01/08113) 01/19/19 3}I1-12 PVC Pseseue Pip Vt. ltah PVC Pip 3/I92018 33 11 12 PVC Pnnure Pip Pit f Jet Sbeem 3/I912 18 33 1112 PVC Pressure Pipe Pipelife Jet Strain 5/2 2018 34 11 12 PVC Pressure Pip Diamondsti Placs Co".— 5252018 34 1112 PVC Psessue Pip Diamond Plastics C.q..fia PivesNalves & Fittines/Combination Air Release 33-31-70 (01/08/13) • EI-11 Combi a4or Air RI — VI,* 01( Induatri-, Inc • EI-11 Combin.ua Av Release Valve Multiples Manuacrurmg Co • I EI-I1 Combio.d-Air Release Vdve V.Ive and Pnmer Corp. Pines/Valves & Fittineg/Ductile Iron Fittines 33-11-11 i01/08/13 I 0723/92 EI-07 Doodle hon fittings tar Rp Products, too I EI-07 Ductile Iron Fi flogs Grin Pia Products. Co. I EI-07 Docile Ira Apiop M.Wae/rvler PiW Union Utih6es Dvbion I OS/I 1/98 EI-07 Ductile lose Fining _ Si— Co. I 0226/14 EI-07 MJ Fittngs Acouurt I 05/14N8 EI-07 Ductile Iron Joint Reahaion Ford Mster Bon Co/Uni-Flange I 05/14/98 EI-24 PVC Jo rat R—ft Ford Meta Bon Co.A/ni-Flange I 11/09/04 EI-07 N.J. Lora Joint Restraints I One Bolt, Inc. I 0212 /12 33-11-11 Ductile Iron Ra Mechanical Joint Restraint EBAA Iran. Inc I 02/29/12 33-1I-II PVC Pon Mechanical Joint Rabunt EBAA Ira, Inc. I 0"5/04 EI-07 Mechanical Jont Retainer Giands(PVC) �_ Soma Co. I 0a/05/04 EI-07 Mahaial Joint Retema GlandePVC) S_Co Model No. PVC Preesme Pipe Royal Seal PVC Presse. Pipe Ono— Ductile Pohothylae Ron M.C—.H N. Erb-.., I I SDR-26 and SDR-35 I Ro-1 Seal Solid Wa0 Pins SDR 26 & 35 GnnN Sewer 'a' Gravity Sewer N. I SDR-26 and SD,-35 I SDR-26 and SDR-35 Gasket Fs -as Gaakstd PVC Ssw- Man Rtbnp I SDR 35 SDR 26 Cation VVIa H.0 Mod Pro61e Pia. Ultra -Rib Open P.M. Sewer Pins Smirk, HP Double Wall (Cormptd) SaniTtte HP Triple wall Pia Do — National Li.,. (SPL) Rem 821 Win. T.h..I V Ioaimfom "NuPla" Ultrd"' PVC Alloy Pioelmm EX Me hod Polvethylone Polvetlo(1a< Poles UPDATED' 06-15-2018 National Spec I Size AWWA C900 r fm 12' AW WA C900 4" thin 12" ASTM D 1248 8" ASTM D 1249 8' ASTM D 1249 8" ASTM D 1249 I I 1 I � ASTM D 3034 4^ thm 15' ASD 3034. D 17M 4" 11. ASTM D 3034 I 4' - 15" ASTM F 789, ASTM D 3034 I 4" den 15" ASTM F 789 4' thou 15" ASTM 3034 4" thm 15" ASTM D3034 4" thin 15" ASTM F 679 18" m 27" ASTM F 679 I9'-27" ASTM Ffi79 is" PS 46 ASTM Ffi79 18" to 48" I ASTM D-3034, D-1784, etc 4' - 15' ASTM D 3034 ASTM 1803/F794 I8' m48' ASTM F679 18"-24' ASTM D3034 I 4"-15" ASTM F 679 I I8- m 48- ASTM F 679 I 18" m 48' I I ASTM F 2736 I 24"-30' ASTM F 2764 I 30'te 60^ ASTM F 2562 I I 24'to 72" ASTM F 1216 ASTM F-12160-5813 ASTM F 1216 I I I I I ASTM F-1504 Demo Purpose 0.1, ASTM F-1504, 1871, 1867 1 _ ASTM F-1504. F-1947 Up to 18-dimaer I PIM Coop.. Puate Way. N.J. A,Ssm,d Previwily Hoaton. Tessa Almrovd Preyy CsI_. Canada Almtovd Pmvlonsly I Carbon Steel Span, Model SI I Staird.. Stal Spar, Model SSI Casing Span Staidesa Steel Casing Sp.— Coated Steel Cast. sp.— 1 4810 P--hock I Ss. 12 Casing Sp.cm(Staink.. Steel) I -12 Csautg Spun(Cnmd Cubes Steel) for N.._p. a Pip and Gmutd C..i g I � Sew.rG.od 2lORS Ertah 2030 and 2100 Series Protec1401 Am 791, S ERB. S1, 52 S-301 and M-301 I I I I I I I 11025LTP02(Cwposrte Body) I Up to 48' 1I>21 Up to 48^ 11> 2> Up to 48' <I><> I IA Conov 8210-1 33 I I ASTM B417 I Ductile Ira AplOnly Amd Reastsnce Test I Sewer Apglic two. I Sewer A. .twas AW WA C9W, AW WA C605, ASTM D1794 DR14 AWWA C900 I DR 18 AWWA C900 DR 14 AWWA C900 Trans 21, DR 14, DR 18 AWWA CM Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A Crispin An- and Vceuum V.1—' Model No A5, AIO & A20 APCO k143C, W145C and d147C Maharal Joint Firings AWWAC153&CIIO Mechanical Joint Fittiy I AWWA C 110 Mahanial Joint Fitdnp, SSB ass 350 I AW WA C 153, C 110, C 1I I Mechanical Joint Fittings. SSB Class 351 I AW WA C 153. C 110, C 112 Class 350 C-153 MJ Fitting I AWWACI53 Uni-Fleop So.. 14DO AWWACIII/C153 Uni-Flange Seri-1500 Chclo-lnck AWWACIII/C153 One Bolt Resttamd Joint Fining AWWACIII/CI16/CI53 Meplug Some 110D(fr DI Pip) AWWACIII/CI16/CI53 MegJug Sen. 2000(f-PVC Pip) AWWACIII/CI16/C153 Sig—One-Wk SLC4-sLC 10 AWWACU1/C153 Sigma 0—Lok SLCE AWWACIII/CI53 2" 4"-12' 4"-12" 16"-24" 4"-12" 16"; 24" 1"&2" 12', 1' & 2" 1", 2" & 3" 4"-12" 4' W 36' 4" to 24" <4> 4" to 12" 4" m 42" 4'to 24' 4" m 10" 12'te 24" Note: All water or sewer pipe larger than 15' shall be approved for use by the Water Department on project sped8c basis. Special bedding may be required for some pipes. Prepared 8/15)2018 Page 2 �1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED: W15-2018 STANDARD PRODUCTS LIST Approval S�es Nm o. C7asssification Manufacturer Model No. National Spec Size 109a 07 MJ Filuner(DIP) Si0.u. Co. Sig.. Oae-Lok SIDE AWWAC133 4•.24' Bulldog Sy- (Dismoed Lk 21 & JM Eagle 10/17/10 EI.24 Interior Rmhsin.d Joint Svdcm S & B T..Iunul Product Inc 900) ASTM F.1624 4' b 12" OB/INM Fl.07 MechsnlW Joint Firtnm SIP lndu.owdS.-curs) Mechanical Joint Fittings q CI53 4"to 1" 11/F(]/l6 33-11.11 (�pchgggp�g).Reainer Glxvds Stu �ipe P/,oducb. Inc. /Pp/V��pC/($/'',.r/mrp(F i4eQr�' ASTMAWA CIII T. Ar colisa �3/19/I9 33.11-11 Malanical Joint Reamer Glands SIP Ioduatne�5eramwm) EZ Grip lmn'tResttaintl 9(Eii)For DIP ASTM A6 AWWA C I I I I 3"-08' 03/19/18 1111.1. Mechuu-1-tit--.-Glenda SIP lnduetriee(Serwpore) EZ GAP Joint Rs.DRtrsim CPD) Red for C900 ASTM A5lfi AWWA CIII 4"-13" 03/19/18 33-11.11 MmlvoiW Joint R-io.. Gleede SIP lnduetri< Scram EZ Grip Joint Ramaint(EZD) Red for C900 °( ire) DRI8 FVC Pipe ASTM A5lfi AWWA CIII 16"-24" I I I I BOLTS NUTS AND GASKETS 33-11-05 01/08/13 _ I I Pipes/Valves & Fittings/Resilient Seated Gate Valve"9-1220 (05/13/, lllwfut V/S,((/pa Gate V.I. who Goers Annnicen Flow Central I Smiaa 2500 aw'IbyvSa 94-20347 I 16• r1r2p/�4131/02 P.."")gpdw Gab Vd" American Flow Control I Series 2330 and Series 2336 AW4�}CSIS 30•�tdJ6' OS/l ResiS-et j'f"Ar"C�aa V.Iw American Flow Control I Series 2520 & 2524 (s4D �4 J14551 AWtIfA C515 20" and 24" Raul r 1'(edve Cute VAv. Ametcan Flow Conuol San.. 2316 (513 �d-202f�) AW WA C515 16" 1024100 I EI-26 Resilient K,WJIIA(I.VV. I Am.( Flow Control I Was 2500 (Ductile Iran) Aw'WA C515 I 4" b 12^ oe/T" Re•i6eniWrd.Gabvdw Ameri-anFlaq(f,,p!}wl 42"(�j}g^c15oo AWWAC5ki 42'.ait48' 0n" /'9'1 EI.26 Resiliem Wedw'Gab Vdw American AVK Cauwty Amuic.o AVK k. heat SeadM_GV_ AWWA C509 4'. 12' O v,(yy�2 apl•26 P,,Ikt Wad., fr-ste Vdw Amed�$AV!(jySmpanY 20" ii EI.26 RedlieotSwed Gab V.lw I�eonedv T-12' I I EI.26 Realkm Se.ted G.a V.Iw M&H 4" - 12" I I EI.26 Rmibe.t Swteti One Val" Mu<Ile Co. 4"-12" I l/0&99 Resilient W,dw Gab V.Iw Mueller Co. Series A2361 (SD 6647\ I AWWA C515 16" OIR3N3 I (ctdsi. wed-fJ�vily. Mueller Co. Series A2360 for 18"-2d"''g1r�� 6709_)_ 1 AWWAC515 24"and wWler I 0 3 /1.1 Reabeet y/ p Oat Vdw Mueller�j p. & 36" C. I AW WA C5\ 30" •od 36" r1,31111 IReatient Wedw G.b Vdw Mueau Co. MueWr4d"&68".C-SIS I AWWAC51 I d2^•ed 48" raEI-26 IRemiectwwwGebv.Iw Cl-V.lwCo. I I Awv((),C509 I 4"-1r M1I wCI-wv.I"Ca. I 11RSOV(SDD-20995) I AWWA. I El- IReabantw c.t vdw I Clow vdw C. I CIow RW Vdw(SDD-21MI Awww e`e`s SS I 24,* -,„emller 11/29,04 I Ia.abadwWw�Slg4evdw I Cl- V.I"go- I C1ow30'&WC-515 I AVVWACS15 I 30".WW(tlot.j) IReitieot }'( gCam Vdw 1 CIq slw(',C I Clow VslwMode12639 I AWN$C515 24"mH Pre 31 diJBTm) EI.26 R-scent Se tedOme V.lve Stockh.reV akFitliogs Fc-.6A9fslo-.®, am.t 4T- ` EI-26 Re r„geated (dsb y.r" J�.3. R(� snd Feq�(�(Co. MermeW 230. reneiemwryfpL ns 3" to 16• 1026/I6 1 31-12•20 I w Men Jordan IoWorks) J FbwMuOnVWeAlb Boxw I I I P1 e3Nalves & Fittin s/Rubber Seated Butterfly Valve 33-12-21 (07(10/14) R1.ao R' 4'..Sa.WW,WJeAyV.lve Henry PnnCo. AWWAC-504 24" ' EI-30 Sqp� F)<e,rt(11(,.�,\;Vdve Mueller Co AWWA C-504 7irdameller PR 1 1111/99 1 EI.30 I=, zelY .. Demrik Vdve Co. AWWA C-iP4 24".nd I.M. 06/12/03 EJ-30 EllitWav Vdm w Vdatc Vdw ey�anuficmrir8 Com. Valo stic American Buttely Val,,I AWWA C-504 U. to g6" diameter 04/06/07 110 IRubber Sested Bsc rr9Y Vdw M& Vdve I M&H S,Vk 4500 & 1450 I AWWA C-504 24" to 49- 03/19/18 %21I IjBld'I•7u Sbd Indent, Velw _anim ttu _ G. A. Indu1Cmldm And-) AWWAC504Buflv Vdw I AWWA C-504 30"-54" H at on I 1/12/91 I w.ra snaalme smtw _ w.ar_p_nra I Bzo weer s.mt>Vog no. I I Dry Barrel Fi d Hydrants 33- 2(01/15/14) l0/01/87 F--1.12 Dx Banal Fire }�j�y I D. Nea.9O18608.94-18560 AWWA G502 I E•I•I3 Five pd luoerieae .�v Yd"e I �No.9418791 AWWA C502 - f�vfll/Jzi fF�e Aa .nFBFrnv ]�'v1 (�noo�P1f989s I_ _ - Qwwwwa�z I I Eii-1.12 eersei F IITow 1, slue �SbAWWA o Dn `tip_ _ A W WA f 09a4/87 I E•1.12 _ Five M&H due omvwv _ _ _ 10/14/97 F•1.12 Dry Barrel Fire Hvdreot Mueller Compnv -023 on.. n�61 I AWWA C-502 Shop Dewing FH-12 0l/IS/Be EI.13 Barrel Fire H r [Goan A-423 Su Centric 200 gW}g�C-302 l0/09/87-1-I2 Bartel Fine [ & FwMry pp q No- 960250 (WWl(VV C-502 09/�)b/87 I-I-12 BBu�rr�q��Fi- vvQQ(.e(( Cg�pny S jA�^���0�'^(�ii6. SK740803 I AWWAC-502 OB/1V16 33.1240 e.rrel Fire vdrani E.1 (East Jord.n Imo works) .derMasbr SCD250 I I I I WaterAZ ances 33-12-10 07/01/13I 01/18/19 33.12-10 DoW. $I V $$��QQIIF Rums 202NS �( PBpd ( AWWA C800 I 1"-2' SVC, up to 24" Pion ublq 0. 9.dd1e Smith Blur 4317 F.b u6r e I 172 33.12.10 able �l¢I1 BSam Mueller CorBpmy D (j$)�91w 'gU dk AWWA C800 1"-2"SVG mCurb SwossF?\\per V.1ws McDondd v .6�1JUIrtiJ&610MT 1 3/(1iPod1' '•'� ]/87 I Curb Sbps-B.l) Meier Vs1 c _ J M.D..Id 4603E, 4604B, 6100M, 6100TM end 6I0IM I I IX• .vd 2. FB600-7NL, FB1600.7-N4 FV23-777-W-NI, 5/25=11 33}13(0 Cutb Sbp-Bdl Me Velvae Fad Metr BesCo.. Ion. I22.77NL AWWA C800 1" FB600.&NL, FB16w6•N4 FV23-666w NL, 5MI2018 33-12-10 Curb Sofia-Mm-vdw Ford Met[ Bar Co.. Is. I2266NL AWWA C1100 I.M. F'B600dN4 FB1600d•NL BI1-44&WR-N4 5f"rA18 3}12-10 CuA 3mps•B.B Mmt V.I- Find Maur Bar C.-lea- 82144R-N4 L2B-4NL AWWACg00 1• B-354-W000N, B-24277N-1, 8-20300N W -3, H- AW A C9c%ANSF 61, S/154011 3312.10 Curb 3bprB.B W-Vdres Mealier Ca, Lld. IS0o0N„ H•1512N, H)42276N ANSVNSF372 2" 11,2WON, 8.20200N.3, B-24277N-3.11. AWWA C800, ANSF 61, 5252018 33-12-10 Curb Stop -Ban Meier Vdves Meager Co., W. 15000N, H-I4276N, H-15525N ANSI/NSF372 1.1/2" AW WA C800, ANSF 61. 5/25/2019 31,12,11 Curb Step-B.B 16,V I Mealier Co., Ltd. 8-35000N, 8.20200N-3,H•15000N, H-15530N ANSVNSF 372 1" O err= I Coated Tawina Saddle w,A le SS She s JCM IMustries, lac We Double B.nd SS Saddle I l"- " �1t� y9 m 7 33-I3-25 �w, Y4 gP ,Ste- JCM Iedmmn/ Inc. 412 T 7" Skew Ell AW WA C-223 s�to'30" SW s StePowartd 3490A so-)& 3490M4`2 I 73-I 7 Sleety CwtedS l �iS 240 AW WA C-2i U t 611" w/24- Out 5111 2 1 33-1235 �.onipo�se �15SST alas S-1 BjYI(i/C-23 I � .p 24"w/12.Out 2 33.12.23 ITeppma S(eew (� s �ie Rnm. _ 8ST Ill Suin)m Steel _ AW WA C-223 Undo 30" w/12" Out OS/10/11 Joint Reeair I Powe � 3D `Jo' �f�n _ 4"b301 Pkaia ��.v/f'ann(pjid ire g1pc._ I DFI:-12-fERAF f•'iQ/I ua t3? -12.1FrAF}Tw -- - - I nflno/n6 I 1•I.ste w/eI t Iia n( a Iuc.�I wF'FI'W I Clw •p• c-w,etl'r^I.t« y& w. 1 Cbwset More, Bax Bmx& Dud 1016 L1I19 1 I ✓-crab Motor Bus Bass & a I B65 tWene c"a�ts _ant 33-11-10 (01/08/13) FTfive aaoun(( H wI P, I PyJJoo Eota 'x. AWWA C)Qj 0.md 1I.O v�) S f E�•� -ftY.ng!•._;')�p„`•_- f Mamraie Sbtn Plsslsnd AEP hod. I $(anytd Hudware AWWA C(QS Boil 1LD US/ 5 1 EI-I3 tM aEe•umenr AEP linlomea I Bullarto by Coon Boll &Gmkct AWWA Clnt sand LLD I t I I I a" Note: All water or server pipe larger than 15' shell he approved M use by the Water Department on project specific bean. Special bedding may be required for aome pipes. Prepared 6/152018 Pegs 3 A CITY OF FORT WORTH WATER DEPARTMENTS UPDATED: 06-15.2018 STANDARD PRODUCTS LIST Approval Spec No. IClasssification Manufacturer Model No. National Spec Size I >� 1 07+05/93 EID]-5 Detm[or Chack Meter lase Company Mode11000 Detector Check Valve AWWA C550 4"-10" I OS/OS/04 Mametic Dtive V 11 Tutbme Hemet/ Mamefic D— Vertical AW WA C701. Clan 1 3/4" - fi" 1 I I I NOTE3 From Ofi Standard Produce list I <7> Camer ffllrNNee��tt ti D. � I Aboveeg"Ap�oedarcs 3> •(Svaas ebasis G30-ineh an • I3v f 1 I Product Approved b 36" Howevm. C905 PVC Pia u on approved up to 24" I rort worn Water txpruamra grandam rroducn tan ors bean dewlaps to so—uuukkk uemnml rowew orproauen amen m«t me con worth water Depanmmt's smndara speaticauma aamrg uwiry, em—am pmj«n. wean r«Imtu1 Specifiunans for 9—ific produce, Is iocmded as put of cis Comttrw.tim C-1 Decu mane, the rK immmn el the Tmltairel Spmificatim will override the FM Worth W am Depmmrmt's Standvd Specigmtima and the Fort W onh Wear Depterant a Standard Roducb Lin and approval oltM apeufie produce wall be bawd on the requirevtene of the TecMiul Spcifiution wMhe..... the specJc product mesh the Fort Worth Water Departm['s mStandard SpCans mort riCor is m e FWorth Wader Npamrstat's Standard Pmdueta List. MR All water pr seal r pipe larger thin IS mch diameter shall be approved !or use by the Water Department on a project specific basis. Special bedding m y be requited for some pips. M Nob: AN water or aawer pipe larger than 15" shell be approved for use by the Water Department on prolxt specific basis. Special bedding may be required for some pipes. Prepared e/1S/2018 Page 4