Loading...
HomeMy WebLinkAboutContract 62598-PM1CSC No. 62598-PM1 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF GRADING AND DRAINAGE IMPROVEMENTS TO SERVE E� S"TPORT 24 DETENTION POND IPRC Record No. IPRC24-0136 City Project No. 105634 rID No. 30114-0200431-105634-EO7685 Mattie Parker Mayor Christopher P. Harder, P.E. Director, Water Department David Cooke City Manager Michael Owen, P.E. City Director, Transportation and Public Works Department tPrepared for The City of Fort Worth . OF r�rgrr..rrrr `i ..rrrrrrr.r.NrrN.rrrrrr..r.rrrrrrr RAUL W ZAVALA XFXF .... �rrrrrNrrrrrrrNrrrN.rrrrrrrrr / b • r ' 944856 � 14q� i� � 4 04�o.eN s.•G��'s OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 9 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised nn14-Atilm;nc/1v�rzzrz�ii Bid Form nct�� 05/22/2019 nn� 00 41 00 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Bond 04/02/2014 0045 11 ct- nn 101201 n 0045 12 Prequalification Statement 09/01/2015 0045 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 99-4�48 NGftorh-y :, � :aaa E�ty.r�:�c-6�a1 09t2 i t2n� o �4 00 52 43 Agreement 06/11/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/1112012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 ` 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 I� 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 I Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 n i� FFBjeo* P.I tours 0:71'rr0 bQ0 ii I 01 3233 Preconstruction Video 08/30/2013 i 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 ] 01 5000 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 016900 Nail 031 0 01 66 00 Product Storage and Handling Requirements 04/07/2014 , Qi 70 mni Rim3bilizeAie 04/0 T 01 71 23 Construction Stakin�2 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01 7823 1 Operation and Maintenance Data 01 78 39 1 Project Record Documents Page 2 of 9 04/07/2014 f 04/07/2014 CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Date Division 02 - Existing Conditions Modified 0241 13 Selective Site Demolition 1 02 41 14 Utility Removal/Abandonment [02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete t 0334 13 Controlled Low Strength Material tCLSMI 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical f 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Racewm s for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearin., 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 321123 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 3211 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Pa\ in�y 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveway s and Barrier Free Ramps 32 1373 Concrete Pavin. Joint Sealants 32 14 16 Brick Unit Paving, 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markin-qys 32 17 25 Curb Address Paintinu 3231 13 Chain Fences and Gates CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3232 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing f j 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 1 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains j 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings - Cast Iron 3305 13.10 Frame, Cover and Grade Rings - Composite 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade _ 3305 16 Concrete Water Vaults ' 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate j 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casin.� or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre -Stressed Concrete Cylinder Pipe 33 1210 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves f 33 1225 Connection to Existing Water Mains f 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow -off Valve Assembly 3331 12 Cured in Place Pipe (CIPP) CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe F33 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 10 Reinforced Concrete Storm Sewer Pipe/Culverts �3341 . 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 3341 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 10 Traffic Signals 3441 10.01 Attachment A — Controller Cabinet 3441 10.02 Attachment B — Controller Specification 3441 10.03 Attachment C — Software Specification 3441 11 Temporary Traffic Signals 34-4 1 13 Removing Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon [-34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 3471 13 Traffic Control CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htl i):Hfortworthtexas.gOV/tDw/contractors/ or hi I us://aovs.fortworthtexas.Lov/ProiectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 , ti. � L��lti, Division 03 - Concrete 00 3A 00 coy. L. p3aae ceflefete 0334 13 Controlled Low Strength Material (CLSM) 03-34-16 Cvnoritc lams MatorW 1 r Trusvk Ripaif 038000 Exining Co&x,�vc e�w,;iyfs Last Revised 12/20/2012 1 /�(42 02tn o 1 7/20410 1 11/20/1012 12!^1�12 17/7 ,112 Division 26 - Electrical L'1,...t 1 1 11 l2242013 26 05 00 26 0510 Commeff We-k Results for- fie. DzT_-alitize ::rr Exlc:;!r:i ✓(rl4ma + 1 �1�1: 26 05 33 R&oc%ay3 and Bsxm fm ✓,vtzmz ,''!�1 i 2605 49 'UT-Aa M_ 1 :V3 PI;ctI 2r_J I-. I fr1. li :wI :77i E7EtIms nf/n�n1i I 260550 50 NI'Ats: DUO G Ifid it 024642016 I 1 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 j 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 1 31 25 00 Erosion and Sediment Control 12/20/2012 91�0 31 3700 GAW Aqq Riprap 117l7�n1L 12/20/2012 Division 32 - Exterior Improvements 3n� n�T lrrraa/. Aa;lia��lt 1Zz�ing T1:*nir 2''f�2 0i i4v Tem;vu-an, A,3ph%J1 I Ci\ ,-/, Repai-F 320129 321129_Timp r Trwtpd RFiqp Gmmp,12/20/2012 1 �l�nhnl � l 32 1137 �T [ J.a�l� �li�tc3 Soil �7J� 08!', s 21�6 n�r:.lt 1l�IeY :$ / 2l 1,l�n1 2 ,n>z 32 1273 AcpY.alt P7<•.rng C-ec115.slmir. 11l2012011 32 13 13 C;3AG Z1C POVift 1',MrW200oii 32 i3 20 Ca-m-=r ✓Wcv,.kla, Dri ; -r.up ana lin,Ki:� Ric: 0610pa—s 47�3 Carncx P;.,ems ,. 9MW9,J 121 2'l�6 tNi.l...Unit Ialw.b 1212CV2012 �_ _ CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 321619 C'3m".:1c C;.a-h �xxi 0021B and Valks. CHKeffi 1 n/nzv 0540016 � tee; Maki -Vs , , /X21=1 3 1 5 Cuwi Ad&xr Pz' nsrg 11,1042013 1 6 V'74a ,...a r yen 1 �'/�'zarzv/�'Q012 1 3 CGk, in Pla.c C-,wc= R3tzi:=;; Wclb nc/nvvroaz�iv 3391 19 T. pzc l Plammw .l a.i r:;ir! i:.a 'if Pz-tz 2r 12/�1 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 12�24'2012 1 Division 33 - Utilities 330130 Sewer and N4 Z13 Teat rg , 2/�12 1 33-01 31 Gesc3 Cin►,ti Tcic ticiar. (CCP7) i-Apeetieff OPOQ016 33 03 i$ -a3lp aM P AFf. l: Xb cf C k X E:(A: tils 12/20/2012 3-3-0•4-19 kidxt �'s:Iifyb zvl FiN-lr:-al i*C1utim CeFfesivft C.3 k3l Tast statiens 12 0/2 33-04--1-2 C:A*CiiJ A-11a,1tim Cyztem „/''�12 _33-04-38 ocr-.zocq 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04-50 GeRt:i.-4 vi' Ci trans M' i 33-05 10 &'qli 93lalill "/ o Frcmc, Cc w wz_1 ''" d:'ii7 Z Cwx 1:'Zw n, /�9 33 05 13.10 Cctzy .tNings01,92, 2016 33-05 14 Adjttsting Manholes,e, Ifa. v 12,90Q012 33-l0155 ^67 33 1240/2012 33-05 20 A:)ge: I13r::g „/''�Q T, r 33-0�� �Irr�el .ter. �r Pl:1e 33 05 22 £ 1 r-) cac; N. i'ir 1 / 33-03-23 mar..a T;nrrr-c-iing 33-0524 of Ca mar NV--i.'Cw' ng or Twarrcl Linty:'l�� n�/�;/,/2 33 05 26 UtiK�' y , ='0012 33 05 30 Location of Existing Utilities 12/20/2012 Belts, f 334444 Lvn Pipe 12/20/2012 33-P-P rJ: IR& hw:. F/iY lng_p 1 � /�12 33 11-12 Polyvinyl Chloride.. -<Vr. Pipe 11 /lrrrx'6/2018 {� t .t a ..:.t 1-2/20/2012 C ...7.."if..7 A \r'�C/4��.7' , %. 7.iYr/Cl�, ..f..... C. fl,'1�� T j'�'I'.7 zz-r�vrrvzz 33-114 Rvr ei f l-irJ. Pip3 e:xii FR1fings 0000,011 I 332 12 10 W,+er-Sei=,;,.es 1 ineh 4e 2 ineh m/lvsr�4/2017r 22 1, a ;(C l\ atac 1 Imem `'s12/20/2012viz he 12/20/2012 �� ANr/11'A R.�-se"ttesf'iJ "IzYtCC, 12/�472 F3- 2-25 C'nar jv-�= 'm Watw 1`4arnC m m�;3 331230 Cm6aaalicr. Aa \1a1v_—Awx-nbl�o f3. Pa1&V..c NVOw ✓yoczm 12/20/2012 33 1240 Fire Hydrants 01/03/2014 CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 2 2�so f c L20/20l n R ads Earr;1.Y ✓�tio:3s 1 � ��� Z1�vv stanch J ilct:' Cfi%�j...� A030w� nctl�n 20113 33 31--112 Caved in PV_3z P;ra (CIPP) 1't7z srz014N2 f 33 31 15 1 ,SFsh Jcarr.'ty Pc)yodPf4e:tc (I1'_7PE) Pip: for Sex-Iia7y Saw 12 29QQQ 3�3120 IAwlyrri,l Cklgriit (PNI> Gzwr:Vj Sa:Aarj Sewer -Pie n6"�13 323 3 i N 12t20/ter Xe 33 Z 1 77 c , a e , QQ0, 017 �z �., Sri nr-� ...tf'ii�' Jir .�vz�� a �,�z f 2'�3 im :i tu. j ` -wX Pipe 1 :kowgeff"eflt , "'�1-2 II 33-34 38 -C Wutsrl- E:� :-•K' C1 a :c$ er:: i line n4 t�13 t� 33 3z1--7r0 Ix1nrt A,;fj,- Jnita�3'-- Sv_/._ 12rn� ni�z II 'S'2� Preeftst Go emte Manholes 172z 33-39-39 r t 1rJ138'.'. aaholes 12/�1->r 012 23�0 9.1z,3wriAt1: Accm Ci+ L-w (WAJ 17 G7 2012 33 3960 ,em far Ewnnita.7.,-Eat:•a+' kw4oc,=-er 12/20,4012 33 41 10 #eiif rood C ya-mac 5'3��r.'C'i�l'�-ti u n7/n� 1vrri011 22�=' 940, 71a.. �.'-. D.-.l�V*L y1m (12,DPE) Ply Far Jam Drel- 12/404012 33 41 12 PC1y21k1WG1 (ERPE�j Pipe 11 t1�1G5 33 4600 aiilege 12�12 33 4601 geued Sttrw. Dr4m 07t0T 37�-46 02 Treaeh Dr-aiaa n7m��r 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 nn 20 /Ly �1. 1120401204017 T✓�-zv w\.. dIl1 1778�. 1'lr'�Z'tS r�rsvizvzz 33 49 40 Storm Drainage Headwalls and Win walls 07/01/2011 Division 34 - Transportation T-,=R'ie 5�An>a�1 34 41 10.02 r-• 1 r0212012, 94 41 �r Tara, j Traffic Signz#s 11,924013 34 n 1 1 e' , 17/206901 7 �-Tr-ra �`�'SiJ �� ��a.�1 � ✓./aY\`1.If rtrsvnvrt 3^�- 41 15 » Rapid 5ai:img 9-aeeff 1 1,2242013I 3 ^�-�-4n 6 Pied xi t'n 1 Iyb ri 3 Fibres} , , t7�i3 I 34 ^-,moo Roewi,--y Hlwr:�-_ctioa Am/.Ibies ,�,�1 4 A�on,1=, ! 1EDn lmm.inaires o6 11Coon s 3n n�-r 41 20.02 F*FE:1saj' LED Ra"wey �1:.:�flC.�E nc 15 7�5 2n n�03 11&;:33rtial Lllr ncil 5i201 c Rxalira��L..\�tir..xi: � 3n�no t X20 z Alarrlin.I�s 11 �n 34 41 50 giftgle 'tiJZ ii✓sr Op4e4g" 92/262016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Grading and Drainage Improvements - Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 9 of 9 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions 6e 4.04 LTft&-rgrzmr.� BaWkties- fE-406 llaz4rdou3 Dnvironmont-aW YANcN at Sits- GG 6.9,' `vague GG 6.99 !'etc -w-A v liq@s- E- :21A NmA,-��ri�t+mw- GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 0o 42 43 DAP- Bm PROPOSAL Pop 1 of] SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application WESTPORT 24 - DETENTION POND Project Item Ldormaliam BkkWIs Proposal Bidtist Item j Description Specification Section No. Unit Of Measure Bid Quantity Unit Price 1 J Bid ValueNo. I DRAINAGE IMPROVEMENTS 1 3110.0101 Site Clearin Alin 311010 LS 1 $7.500.00 $7.500.00 2 3123.0103 Borrow b} (FIB Per Plan 312316 CY 6,557 $6.50 $42.620.50 3 3123.0101 Unclassified Excav ' by Pi [Cut Per Plan • 312316 CY 26,742 $4.50 593.339.00 4 3292.0400 Sea di , Hydmmulch 329213 SY 10,310 $2.00 $20 620.OD 5 3125.0101 SWPPP a 1 acre 31 25 00 LS 1 $5 500.00 $5�00.001 6 3305.0109 Trench Safety 330510 LF 5.512 $4.00 $22.048.ODI 7 3211.0502 Compacted Subgrads 321100 SY 218 $6.00 $1 308.00i 8 3349.0102 4' Manhole Riser 334910 EA 16 $7.500.00 $120.000.001 9 3137.0102 Larqe Stone Riprap, dry 31 37 00 SY 44 $155.00 $6.820.001 10 3341.0205 24-'PCP, Class 111 33 41 10 LF 1.368 $105.00 5,143 640.ODI 11 9999.0001 Custom Remove HeadwallISET 00 00 00 EA 1 $24 500.00 S24 500.001 12 9999.0002 TX -DOT 24" 4:1 Headwall Tvpe Install 00 00 00 EA 2 $6,}s00.00 $13.000.00 13 9999.0003 41' x 9' Custom Junction Box 00 00 OD EA 1 $115.000.00 $115 000.00 14 9999.0004 4 T x 3''RCB 00 00 00 LF 4,144 $570.00 $2.362.080.00 15 9999.0005 T x Y x 9O' Bend Install 00 00 00 EA 4 $2,500.00 510 000.00 16 9999.0DO6 TxDOT SW-0 Headwall 00 00 00 EA 1 $34,500.00 S34 500.00 17 9999.0007 7' x Y x 45" Bend Install 00 00 00 EA 4 $2,500.00. $10 000.00 18 9999.0008 'P x 3' x 22.5" Bend Install 00 00 00 EA 8 $2,500A $20 000.00 19 9999.0008 T x 3' x Vertical Bend Install 00 00 00 EA 4 $3,500.00 S14 000.00 20 9999.0010 24" x 45° Bend Install 00 00 00 EA 1 $2,600.00 52 500.00 21 9999.0011 STD. W DIA STMH Install 00 00 00 EA 3 $6,500.00 19 500.00 22 9999.0012 6" Concrete Flume 00 00 00 SY 218 $82.00 517 876,00 1 23 9999.0013 Flwmmat 00 W 00 SY 627 $165.00 $103 455.00- DRAINAGE IMPROVEMENTS $3,209,$06.50 Bid Summary DRAINAGE IMPROVEMENTS Total Conehvctiou Bld $3,209,806.50 This Bid is submitted by the eatity named below: BIDDER: BY: BROCK HUGGINS 5327 WICHITA ST. , r DEN FORT WORTH, TX 76119 TITLE: PRESIT 'f DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within ^ wt o, working days after the date when the CONTRACT commence to rum as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC94CATION DOCUMENTS - DEVELOPER AWARDED PROTECTS Foao Vadon Mg22,200 00 42 43Did Proposal POND--Js 00 45 12 DAP PREQUALIFICATION STATEMENT Pate 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvoe" box provide the coma?lete maior work tvue and actual description as provided br the Water Deoartment for water and sewer and TPW for vavine. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date G'lY'�.1 C.1 � iKJ �- j�rZ-� � 1",1%�C� C�1C't�Ser C.�Y151T11�Or1 TIC � 4i � 3p f 25 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: c ncttser Gznst ruck C #` 1 TX I f_. P. BY: �r�-� �#, ,�,�,. inS 53XI VV, C4-j+G{ St ' ' `,"mod �Vige) TITLE: Pf'-'Side f DATE: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATI ON STATEMENT — DEVELOPER AWARDED PROJECTS 004512_PregcuRFlationStaternent201E POND Form Version September 1, 2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Page 1 of 2 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on 5 City Project No. 105364. Contractor further certifies that, pursuant to Texas Labor Code, 6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Cori+SP.Y t'C YI cZrY I CliM TAU--' By: Bnxk— Ilium I i'1 S 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Company ,IVich#tn St Address FcvtvVD/vh,Tk -70la City/State/Zip THE STATE OF TEXAS 0 COUNTY OF TARRANT 0 (Please Print) Signature: Title: (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared i-l'vt is ri-400 c t , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of CL 1 �' , L.- r for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ Ctnt-AC( V A , 202-� day of CITY OF FORT WORTH Grading and Drainage Improvements—Westport24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 105364 Revised July 1, 2011 0045 26 -2 CONTRACTOR COMPLIANCE WITI4 WORKER'S COMPENSATION LAW Page 2 of 2 1 ---iurrrSatar: �osr 2 Neurp Pebifa, Sate of Texas +; N7ir 13u67ti33 I Cammlt I" EKOhl rafter630, 2026 _ RA ] -- Notary Public in and for the State of Texas 5 END OF SECTION Grading and Drairt89e irnArovements-Westoort24 Pond CITY OF FORT WORTH City Project No.105364 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 005243-1 Developer Awarded Project Agreement Pagel of 6 1 CTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 1/30/2025 is made by and between the Developer, 4 Hillwood Alliance Services, LLC a Texas lim- ited liability company authorized to do business in Texas ("Developer") , 5 and Conatser Construction TX, L.P. , authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, 8 agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for 11 the 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 14 part is generally described as follows: 15 Grading & Drainage -improvements— Westport 24 Pond 16 City Project No.105364 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 120_calendar days after the 23 date when the Contract Time commences to run as provided in Paragraph 12.04 of the 24 Standard City Conditions of the Construction Contract for Developer Awarded 25 Projects. CITY OF FORT WORTH Gradingand Drainage Improvements— Westport24Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CftyProjectNo.105364 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 6 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that 28 Developer will suffer financial loss if the Work is not completed within the times 29 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance 30 with Article 10 of the Standard City Conditions of the Construction Contract for 31 Developer Awarded Projects. The Contractor also recognizes the delays, expense 32 and difficulties involved in proving in a legal proceeding the actual loss suffered by 33 the Developer if the Work is not completed on time. Accordingly, instead of requiring 34 any such proof , Contractor agrees that as liquidated damages for delay (but not as 35 a penalty), Contractor shall pay Developer 36 Dollars ($ ) for each day that expires after the time specified in 37 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 38 Acceptance. 39 Article 4. CONTRACT PRICE 40 Developer agrees to pay Contractor for performance of the Work in accordance with the 41 Contract Documents an amount in current funds of three million two hundred nine 42 thousand eight hundred six dollars and fifty cents ($3,209,806.50). 43 Article 5. CONTRACT DOCUMENTS 44 5.1 CONTENTS: 45 A. The Contract Documents which comprise the entire agreement between 46 Developer and Contractor concerning the Work consist of the following: 47 1. This Agreement. 48 2. Attachments to this Agreement: 49 a. Bid Form (As provided by Developer) 50 1) Proposal Form (DAP Version) 51 2) Prequalification Statement 52 3) State and Federal documents (project specific) 53 b. Insurance ACORD Form(s) 54 c. Payment Bond (DAP Version) CITY OF FORT WORTH Gradingand Drainage improvements— Westport24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No,T05364 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 6 55 d. Performance Bond (DAP Version) 56 e. Maintenance Bond (DAP Version) 57 f. Power of Attorney for the Bonds 58 g. Worker's Compensation Affidavit 59 h. MBE and/or SBE Commitment Form (If required) 60 3. Standard City General Conditions of the Construction Contract for Developer 61 Awarded Projects. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by 64 attachment or, if not attached, as incorporated by reference and described in 65 the Table of Contents of the Project's Contract Documents. 66 6. Drawings. 67 68 69 70 71 72 73 74 75 76 77 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised June 16, 2016 Grading and Drainage Improvements— Westport24 Pond CityProjectNo.105364 005243-4 Developer Awarded Project Agreement Page 4 of 6 78 Article S. INDEMNIFICATION 79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 80 own expense, the city, its officers, servants and employees, from and against any 81 and all claims arising out of, or alleged to arise out of, the work and services to be 82 performed by the contractor, its officers, agents, employees, subcontractors, 83 Licenses or invitees under this contract. This indemnification provision is 84 specifically intended to operate and be effective even if It is alleged or proven that 85 all or some of the damages being SOL1ght were caused, in whole or in part, by any 86 act, omission or negHgence of the city. This indemnity provision is intended to 87 Include, without limitation, indemnity for costs, expenses and legal fees incurred 88 by the city in defending against such claims and causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 91 expense, the city, its officers, servants and employees, from and against any and 92 all Loss, damage or destruction of property of the city, arising out of, or alleged to 93 arise out of, the work and services to be performed by the contractor, its officers, 94 agents, employees, subcontractors, licensees or invitees under this contract. 95 This indemnification provision is specifically/ intended to operate and be effective 96 even if it is alleged or proven that alL or some of the damages being sought were 97 caused, an whole or in part, by any act, omission or negligence of the city. 98 99 Article 7. MISCELLANEOUS 100 7.1 Terms. 101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions 102 of the Construction Contractfor Developer Awarded Projects. 103 7.2 Assignmentof Contract. 104 This Agreement, including all of the Contract Documents may not be assigned by the 105 Contractor without the advanced express written consent of the Developer. CITY OF FORT WORTH Gradingand Drainage Improvements — Westport24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No.105364 Revised June 16.2016 005243-5 Developer Awarded Project Agreement Page 5 of 6 106 7.3 Successors and Assigns. 107 Developer and Contractor each binds itself, its partners, successors, assigns and 108 legal representatives to the other party hereto, in respect to all covenants, 109 agreements and obligations contained in the Contract Documents. 110 7.4 Severability. 111 Any provision or part of the Contract Documents held to be unconstitutional, void or 112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 113 remaining provisions shalt continue to be valid and binding upon DEVELOPER and 114 CONTRACTOR. 115 7.5 Governing Law and Venue. 116 This Agreement, including all of the Contract Documents is performable in the State 117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for 118 the Northern District of Texas, Fort Worth Division. 119 120 7.6 Authorityto Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in 125 multiple counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 128 Contractor: Developer: 4v'kj-Y'l-i:<ZPr- 7X IL.A. CITY OF FORTWORTH Gradingand Drainage Improvements -Westport24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- DEVELOPER AWARDED PROJECTS CityProjectNo.105364 Revised June 16, 2016 129 By: ( Ign, ) �-- f Ar ins (Printed Nanfef 005243-6 Developer Awarded Project Agreement Page 6 of 6 By: r (Signature) (Printed Name) Title: pi-,�--<,iC cnl Tittle: ef'. V � C.e �c,�s�a2r1 Company Name: ccra1"SOr- Company name: 1A\, `wD pok 4-1x "Nom e—L�- Ckr T�,-1 r u L"ri Ott Tx, t_ . P.a Ti�as 1 i rn ► �,ea 1 �at� I is y Coy i �a ri Y Address: Address: City/State/Zip: City/State/Zip: Foka: Dc� ,Tx -701 tia Fw* Ww4j)( `rrpl-7 Date Date CITY OF FORT WORTH Gradingend Drainage Improvements- Westport24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPERAWARDED PROJECTS CityProjectNo.105364 Revised June 16, 2016 �►� " El Id Bond No. 0266016 006213-1 PERFORMANCE BOND Page 1 of 4 1 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OFTEXAS E 5 6 KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT 6 7 Thatwe,_ Conatser Construction TX,L.P. , known as 8 "Principal" herein and Berkley Insurance Company , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as "Surety" herein (whether one or more), are held and firmly bound unto the x Hillwood Alliance Services, UC 11 Developer, ( - ), authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of, Three Million, Two Hundred 13 Nine Thousand, Eight Hundred Six and 50/100 Dollars ($ 3,209,806.50 ), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment 15 of which sum well and truly to be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction 19 of community facilities In the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 30th day of January_ , 202a, which Contract is hereby referred to and 23 made apart hereof for all purposes as if fully set forth herein, to furnish all materials, 24 equipment labor and other accessories defined by taw, in the prosecution of the Work, 25 including any Change Orders, as provided for in said Contract designated as Grading and Drainage Improvements - Westport 24 Pond 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, accordingto the CnY OF FORT WORTH Oradingend Drainage Improvements—Westport24 Pond STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CityProject No. 705634 Revised January31, 2012 006213.2 PERFORMANCE BOND Page 2 of 4 1 plans, specifications, and contract documents therein referred to, and as well during any 2 period of extension of the Contract that may be granted on the part of the Developer and/or 3 City, then this obligation shall be and become null and void, otherwise to remain in full force 4 and effect. 5 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 6 Tarrant County, Texas or the United States District Court for the Northern District of Texas, 7 Fort Worth Division. 8 This bond is made and executed in compliance with the provisions of Chapter 2253 9 of the Texas Government Code, as amended, and all liabilities on this bond shall be 10 determined in accordance with the provisions of said statue. 11 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 12 instrument by duly authorized agents and officers on this the 30th day of 13 January , 20 25 . 14 15 16 17 18 19 20 21 22 23 24 25 26 ATTEST: CITY OF FORTWORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PRINCIPAL: Conatser Construction TX, L.F. BY: Signature Grading and Drainage Improvements - Westport24 Pond CiYProlect No,105634 1 2 3 _ 4 (Principal) Secretary 5 6 7 8 9 10 11 12 RrMrU 13 Witness as to Principal 14 15 16 17 18 18 20 21 22 23 24 25 26 27 28 _ CITY OF FORT WORtH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006213.3 PERFORMANCE BOND Page 3 of 4 Brock Huggins sident Name and Title Address: .5327 Wisljita $-L Fort Worth, TX 76119 SURETY: Berkley Insurance Company BY: Signature C�'; zt � . - �- Robbi Morales, Attorney -in -fact GradingandDrainage Improvements-WestportVPond City Project No. 103634 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 X- - /�-'� � - S � Witness as to Surety 006213-4 PERFORMANCE BOND Page 4 Ot 4 Name and Title Address: 5005 LBJ Freeway, Suite 1400 Dallas, TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the data the Contract is awarded. CITY OF FORT WORTH Gredingend Drainage Improvements - WestportV Pond STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised January 31.2D72 Bond No. 0266016 006214-1 PAYMENTBOND Page 1 of 3 1 SECTION OO 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 6 5 O KNOW ALL BY THESE PRESENTS: 6 COUNTYOFTARRANT ii 7 That we, Conatser Construction TX, L.P. known as 8 "Principal" herein, and Berkle Insurance Company a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State 10 of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto * Hillwood Alliance Services, LLC 11 the Developer, ( * ), authorized to do business in Texas "(Developer"), and the City of Fart 12 Worth, a Texas municipal corporation ("City"), in the penal sum Three Million, Two Hundred Nine Thousand, 13 of Eight xundred$ixand5o(ioo------------- - .--- _ Dollars ($„3,2Q9y$06.5Q. ), lawful 14 money of the United States, to be paid In Fort Worth, Tarrant County, Texas, for the payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severalty, firmly by these presents: 1$ WHEREAS, Developer and City have entered into an Agreement for the construction 19 of community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 30th day of January - , 2025 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of 25 the Work as provided for in said Contract and designated as Grading and Drainage 26 Improvements —Westport 24 Pond 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 26 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter CITY OF FORT WORTH Grading and Drainage Improvements —Westport 24 Pond STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS Clty Pmj0Ct N0. 105364 Revised January 31, 2012 006214-2 PAYMENT BOND Pegg 2 or 3 1 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the 2 Contract, then this obligation shaU be and become null and void; otherwise to remain in full 3 force and effect. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 5 of the Texas Government Code, as amended, and all liabilities on this bond shall be 6 determined in accordance with the provisions of said statute. 7 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 30th day of 9 January 20 25 10 PRINCIPAL: Conatser Construction TX, L .P. ATTEST* By. .. ` Signature (PrincipaL) Secretary Witness as to Principal ��,��ggresdent Name and Title Address: _ 5327 Wichita St. Fort Worth, TX 76119, E;N]ZaCA CITY OF FORT WORTH Grading and Drainage improvements — Westport 24 Pond STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project W 105364 Revised January 31, 2012 ATTEST: (Surety) Secretary Witness as to Surety 1 006214-3 PAYMENT BOND Page 3 013 Berkley Insurance Company Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1400 Dallas, TX 75244 Telephone Number: ?111-M 0000- 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical 4 address is different from its mailing address, both must be provided. A 6 The data of the bond shall not be prior to the date the Contract is awarded. 7 8 END OF SECTION CITY OF FORT WORTH Grading and Drainage Improvements -Westport 24 Pond STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CityProfeCt NO.105364 Revised January 31. 2012 Bond No. 0266016 006219.1 MAINTENANCE BOND Page 1 of 6 1 SECTION 00 62 10 2 MAINTENANCE BOND 3 A THE STATE OF TEXAS 9 5 E KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT E 7 8 That we— Conatser Construction TX, L.P. , known as 9 "Principal" herein and _ .Berkley Insurance Cgmpany�.__ , a corporate surety 10 (sureties, if more than one) duty authorized to do business in the State of Texas, known as * Hillwood Alliance Services, LLC 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas Three Million, Two Hundred Nine Thousand, 13 municipal corporation ("City"), in the sum of EighL Hundred Six and 50/100---------; - 14 Dollars ($12�805.Q _ _ ), lawful money of the united States, to be paid in Fort 15 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto 16 the Developer and the City as dual obligees and their successors, we bind ourselves, our 17 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by 18 these presents. 19 20 WHEREAS, Developer and City have entered into an Agreementforthe construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number;and 23 WHEREAS, the Principal has entered into a certain written contract with the 24 Developer awarded the loth day of . Januaa , 20 25 , which 25 Contract is hereby referred to and a made part hereof for all purposes as if fully set forth 26 herein, to furnish all materials, equipment labor and other accessories as defined bylaw, in 27 the prosecution of the Work, including any Work resulting from ad uly authorized Change 28 Order (collectively herein, the "Work") as provided for in said Contract and designated as 29 Grading and Drainage Improvements— Westport 24 Pond; and CITY OF FORT WORTH Gradingand Dminege tmorovements-Westoort 24 Pond STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No, 105364 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 6 1 PROVIDED FURTHER, that this obligation shall be continuous in nature and 2 successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Gradingand Drainage Improvements —Westport 24 Pond STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 106364 t+ewsee i mutity of , 2012 00821s-2 MAINTENANCE BOND Page 2 of 6 1 2 WHEREAS, Principal binds itself to use such materials and to so construct the Work 3 In accordance with the plans, specifications and Contract Documents thatthe Work is and 4 will remain free from defects in materials or workmanship for and duringthe period of two 5 (2) years afterthe date of Final Acceptance of the Work by the City ("Maintenance Period"); 6 and 7 8 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or In part 9 upon receiving notice From the Developer and/or City of the need thereof at anytime within 10 the Maintenance Period. 11 12 NOW THEREFORE, the condition of this obligation is such that If Principal shall 13 remedy any defective Work, for which timely notice was provided by Developer or City, to a 14 completion satisfactoryto the City, then this obligation shall become null and void; 15 otherwise to remain in full force and effect. it- 17 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 18 noticed detective Work, it is agreed that the Devetoper or City may cause any and sit such 19 defective Work to be repaired and/or reconstructed with all associated costs thereof being 20 borne by the Principal and the Surety under this Maintenance Bond; and 21 22 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 23 Tarrant County, Texas orthe United States District Courtforthe Northern District of Texas, 24 Fort Worth Division; and 25 CITY OF FORT WORTH Oradingand Drainage Improvements - Wesrporr24 Pond STANDARD CITYCONDITIONS- DEVELOPER AWARDED PROJECTS CityProjeetNo, 1053e4 Revised January 31, 2012 006219-4 MAINTENANCE BOND Page Oaf 6 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 30th day of 3 January 20-2_5, 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 � Z - -; Z� I ATTEST: (Principal) Secretary PRINCIPAL. Conatser Construction TX, L.P. BY Signature Brock Huggins, ,President Name and Title Address: 5327 Wichita St. Fort Worth, TX 76119 CITY OF FORT WORTH Gredingand Drainage Imprwements—W wWrt24 Pond STANDARD CITYCONDITIONS— DEVELOPER AWARDED PROJECTS CRYProjectM 105364 Revved January 81, 2012 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 I&J Witness as to Principal ATTEST. (Surety) Secretary CITY OF FORTWORTH STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS Revised January 31, 2012 D06219.5 MAINTENANCE BOND Page 5 ot6 SURETY: Berkley Insurance Company BY. Signature Robbi Nforales, Attorney -in -fact Name and Titte Address: 5005 LBj Freeway, Suite 1400_ Dallas, TX 76119 Grading and Drainage fmpro4emeM-WestPW 24 Pond CRY FWaotAb.105364 oo621s-6 MAINTENANCE BOND Page 6 of 6 1 Wit -.I'-, as to Sur ty Telephone Number- 2 ,: F 214/989-0000 3 4 *Note: If signed by an officer of the Surety Company, there must be on file a certified 5 extract from the by-laws showing that this person has authority to sign such 6 obligation. If Surety's physical address is different from its mailing address, both 7 must be provided. 9 The date of the bond shad not be prior to the date the Contract is awarded. 10 CITY OF FORT WORTH Grsdingand Drainage Improvements-WestportW Pond STANDARD CITYCONDITIONS- DEVELOPER AWARDED PROJECTS CityPrqlectAh 105364 Aavised Janeanr S1.2b12 No. BI-72801 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY TIIESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company'), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter; Robbi Morales; Belly A. Westbrook; Tina McEwan; Joshua Saunders; Tone Petranek; or Mikaela Peppers of Aon Risk Services Southwest, Ina of Dallas, TX its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below .n and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty C Insurance, providing that no single obligation shall exceed Fifty Million and 001100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. 0 This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, o without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following > 2 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: h 9 o RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief c°oo Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant C Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the e corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such o e attorney -in -fact and revoke any power of attorney previously granted; and further �°- RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further v RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and Z further o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any a..E power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or E other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as Cd 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any c person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have 0. ceased to be such at the time when such instruments shall be issued. V IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its oa corporate seal hereunto affixed this 2"d day of Mai 2024 . v Attest Berkley Irmirance Company (Seal) By �e1t a By P Executive Vice President & Secretary senior vice President v o STATE OF CONNECTICL T ) n ) ss: COT.--%`TY OF FAI FIELD ) '^ E Sworn to before me, a Notary Public in the State of Connecticut, this Z day of IVIav 2024 , by Philip S. Wit and •N O Jeffiey M. HaRer who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President, respectively, of Bedday Insurance Company. a � MpiifrlG. RUNDBAltIId NOTOW Maw Notary Public, State of Connecticut IiAIICCAAI &tK*1kMRWWG,M CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a Z true, correct and complete copy of the origirW Power of Attomey; that said Power of Attorney has not been revoked or rescin ded Z ' and that the authority of the Attomey-in Fad set fordo therein, who executed the band or undertaking to which this Power of O4 Q Attorney is attached, is in full force and effect as of this date. jGiven under my hand and seal of the Company, this day of , (Seal) Vincent P. Forte STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................5 Article2 — Preliminary Matters......................................................................................................................... 6 2.01 Before Starting Construction........................................................................................................ 6 2.02 Preconstruction Conference.......................................................................................................... 6 2.03 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................ 12 5.01 Supervision and Superintendent................................................................................................. 12 5.02 Labor; Working Hours................................................................................................................ 13 5.03 Services, Materials, and Equipment........................................................................................... 13 5.04 Project Schedule.......................................................................................................................... 14 5.05 Substitutes and "Or-Equals"....................................................................................................... 14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16 5.07 Concerning Subcontractors, Suppliers, and Others................................................................... 16 5.08 Wage Rates.................................................................................................................................. 18 5.09 Patent Fees and Royalties........................................................................................................... 19 5.10 Laws and Regulations................................................................................................................. 19 5.11 Use of Site and Other Areas....................................................................................................... 19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative................................................................................................................. 21 5.15 Hazard Communication Programs............................................................................................. 22 5.16 Submittals.................................................................................................................................... 22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services.............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site...................................................................................................................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 9.02 Notification to Surety..................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time................................................................ 28 10.01 Change of Contract Price............................................................................................................ 28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays..........................................................................................................................................28 Article I I - 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 Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection........................................................................................................................... 32 12.04 Final Acceptance.........................................................................................................................33 Article 13 - Suspension of Work.................................................................................................................... 33 13.01 City May Suspend Work............................................................................................................33 Article14 - Miscellaneous..............................................................................................................................34 14.01 Giving Notice.............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations............................................................................................................... 35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verb 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. in. and ending at 6: 00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to actfor the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours —Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 ] 0- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting parry to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: _ none Write the name ofthe railroad company_ (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: none Enter limits provided by Railroad Company (It none, write none) b. Each Occurrence:: none Enter Joints provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. I. "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 0073 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. C. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C: City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. 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 0073 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 Required for this Contract. 13 (Check this box ifthere is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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 0073 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 0073 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 0073 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.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 0073 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 CITY 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 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 i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10,2013 0073 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 011100 SUMMARY OF WORK 01 11 00 -1 DAP SUMMARY OF WORK Page] of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105634 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105634 Revised December 20, 2012 01 11 00 - 3 DAP 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] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105634 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No.105634 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Ij Revision Log I DATE NAME SUMMARY OF CHANGE IL F _I CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering? and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY 0131 19 - 1 DAP PRECONSTRUCTION MEETING Page] of 3 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Proiect No. 105634 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 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 tf Revision Log DATE NAME SUMMARY OF CHANGE � I CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProjectNo. 105634 Revised August 30, 2013 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No, 105634 Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] CITY OF FORT WORTH 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 END OF SECTION Revision Log 'NAME SUMMARY OF CHANGE Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY 01 33 00 - 1 DAP SUBMITTALS Page] of 8 A. Section Includes: I. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 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 Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105634 Revised August 30, 2013 013300-3 DAP 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 Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 1. 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. �. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Grading and Drainage Improvements - Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. v. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 1 CITY OF FORT WORTH Grading and Drainage Improvements - Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised August 30, 2013 01 35 13-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. (Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 27 1.2 REFERENCES 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 City Project No. 105634 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a. Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performed in 4 compliance with and subject to approval from the Texas Department of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a. All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a. Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a. Insulating cage -type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes or dippers 17 c. Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a. Notification shall be given to: 21 1) The power company (example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 27 lower the lines 28 c. No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a. Manholes 35 b. All other confined spaces in accordance with OSHA's Permit Required for 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a. Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 01 31 13 43 E. Water Department Coordination CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 City Project No. 105634 01 35 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 City Project No. 105634 013513-4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 I. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in 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 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. 42 L. tCoordination with North Central Texas Council of Governments (NCTCOG) Clean 43 Construction Specification [if required for the project] 44 1. Comply with equipment, operational, reporting and enforcement requirements set 45 forth in NCTCOG's Clean Construction Specification.) CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 City Project No. 105634 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 City Project No. 105634 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 City Project No. 105634 01 35 13-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B E FORTWORTH DOLL 110. xxxx 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 3 - - -- - - 4 CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 City Project No. 105634 014523 DAP TESTING AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised !March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute I hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE i)3/1UJ�IU1U U.V. Magana eP deg rtgiIro g�iethe°elff zsadoc ncen�mariagement s°ys emudmittais ee CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Grading and Drainage Improvements — Wes400,124 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised JULY 1, 2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City PrgjectNo. 105634 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Grading and Drainage Improvements — Westport24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised JULY 1, 2011 I N� ul 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE L_ CITY OF FORT WORTH Grading and Drainage Improvements — Westpoit24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City ProjcctNo. 105634 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105634 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 r� Revision Log iI DATE NAME SUMMARY OF CHANGE f f CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page] of 3 SECTION 015713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance With Section 01 33 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION h� Revision Log DATE NAME SUMMARY OF CHANGE I CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised July 1, 2011 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Piatect No. 105634 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 01 7123- 1 DAP CONSTRUCTION STAKING AND SURVEY Pagel of 4 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017123-2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Pro%ect No. 105634 Revised April 7, 2014 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION }� Revision Log DATE NAME SUMMARY OF CHANGE 1 �4/7/2014 M.Domenech Revised for DAP application I CITY OF FORT WORTH Gradrng and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 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. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017423-2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017423-3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. I05-634 Revised April 7, 2014 017423-4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application I CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 01 77 19-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityPro/ectNo. 105634 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1h inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017823-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. l) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 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 Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D. Johnson f 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page] ofit A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, I 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 I complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 017839-4 DAP PROJECT RECORD DOCUMENTS .,Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] 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 f 4/7/2014 M.Domenech Revised for DAP Application I CITY OF FORT WORTH Grading and Drainage Improvements — Westport 24 Pond STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105634 Revised April 7, 2014 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to serve Intermodal Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135 Revised July 1, 2011 Denton County Juli Luke County Clerk Instrument Number: 6683 ERecordings-RP EASEMENT Recorded On: January 23, 2025 1126 AM Number of Pages: 13 " Examined and Charged as Follows: " Total Recording: $73.00 *********** THIS PAGE IS PART OF THE INSTRUMENT *********** Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY because of color or race is invalid and unenforceable under federal law. File Information: Document Number: Receipt Number: Recorded Date/Time: User: Station: 6683 20250123000250 January 23, 2025 11:26 AM Maria L Station 17 Record and Return To: Corporation Service Company STATE OF TEXAS COUNTY OF DENTON I hereby certify that this Instrument was FILED In the File Number sequence on the date/time printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas. Juli Luke County Clerk Denton County, TX Project:CPN105634-Westport24-Detention Pond Parcel#: ACF#8827 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF DENTON § CITY OF FORT WORTH PERMANENT DRAINAGE EASEMENT as DATE: , 2024 GRANTOR: Alliance Westport No. 24, Ltd. GRANTOR'S MAILING ADDRESS (including County): 9800 HILLWOOD PARKWAY, SUITE 300 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. Property: Tract One: BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, and the G. Overton Survey, Abstract Number 972, City of Fort Worth, Denton County, Texas, and being a portion of that tract of land described by deed to Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024-112337, Real Property Records, Denton County, Texas, and being more particularly described by metes and bounds as described on Exhibit "A". 1. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual Pemanem DrainW Easement ACF 8827-dea-WP24-wf%v-2024 easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. 2. In no event shall Grantor (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGES] Permmienl Dminsge Easement ACF 8827-des-WP24- fiv-2024 GRANTOR: Alliance Westport No. 24, Ltd., a Texas limited partnership By: Hillwood Alliance Management II, LLC, a Texas limited liability company, its general pa nerr /I By: Name: �alr �_QoD Title: "Lame VP STATE OF TEXAS COUNTY OF TARRANT § This instrum t was ac nowledged before me on �YA VILA lc 4 iD 202 by �Q , r .� ?5of Hillwood Alliance Management II, LLC, a Texas limited liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited partnership, on behalf of said limited partnership. LO BOWLING U Notary Public, State of Texas _ +.'• + iz Comm. Expires 10-17.2027 Notary Public, State of Texas Notary ID 124717691 11 ,nm •• Permanent Drainage Easement ACF 8827-dca-WP24-wfw-2024 GRANTEE: CITY OF FORT WORTH Dana Burando1FFF By. Dana BurgM1Aofl )Jdn2 ,20252331 CST) Dana Burghdoff Assistant City Manager APPROVED AS TO FORM AND LEGALITY: By: 9`w" Name: Hye Won Kim Assistant City Attorney CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: aexn 3I.3035,0 D9 �5T� Rebecca Diane Owen Planning Manager ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he executed the same for the purposes and consideration therein expressed and, in the capacity, therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of January 2025 TIFFANY BACON Notary Public STATE OF TEXAS Notary I.D. 128261860 MY Comm. Exp. Jan. 20, 2027 Notary Public in and for the State of TEXAS 4 Permanent Drainage Emment ACF 8827.dea•WP24- ofTo-2024 ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Drainage Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: I. The second sentence of Section 1 of the Easement is hereby deleted and the following is substituted therefor: The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, inlets, headwalls, rip -rap, channels (lined or earthen), pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the following is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across, over or under (but not parallel and overlapping) the Property to such other persons as Grantor deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences (unless construction of said fence requires a building permit, in which case Grantor must obtain written consent from Grantee's Director of the Transportation and Public Works Department), one or more roads, driveways, alleys, and to construct underground utilities across, over and under the Property; and (b) to landscape the Property. Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys, or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees; provided, however, the crossing angle of such improvements with the facilities may be reduced to no less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads, Permaman Drainage Easement ACP 8827-dca-WP24- Av-2024 alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape (such as fountains, walls and retaining walls) on the surface of the Property without the written consent of Grantee so long as the construction of such hardscape does not require a building permit. In the event the construction of such hardscape does require a building permit, Grantor and any future owners must obtain, from Grantee's Director of the Transportation and Public Works Department, written consent of the construction. Further, Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. 5. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding property from damage resulting from Grantee's use of the Property. 6. Grantee shall not use the Property, or permit use of the Property by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated, manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate. In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee. 7. Except with regard to those arising from the gross negligence or willful act or omission of Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a User's use of the Property. A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the facilities. 8. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: Penuanent Drainage Ememenl ACF 8827-dca-WP24-wfiv-2024 To Grantor: Alliance Westport No. 24, Ltd. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: Eric Elrod To Grantee: The City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 Attention: Dana Burghdoff From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the purposes permitted herein. This easement shall automatically terminate upon dedication of the Property for use as a right of way for a public road. 10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted and the following is substituted therefor: TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor, but not otherwise. This Easement and Addendum to be effective as of the date first set forth in the Easement. 12. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permancnt Drainagc Ewmcnt ACr• 8827-aaa-wr24-roat-a024 GRANTOR: ALLIANCE WESTPORT NO.24, LTD., a Texas limited partnership By: Hillwood Alliance Management II, LLC, a Texas limited liability company, its general partner , By: �n�3Lls.� _ 1<L Name: Ror> Title: _ tar V? STATE OF TEXAS COUNTY OF TARRANT § 2 This instrument`, was acknowledged before me on (1ftuat�t (D . 2024-5 by Ff i C. EIM Q . V its P I'EStof Hillwood Alliance Management II, LLC, a Texas limited liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited partnership, on behalf of said limited partnership. JGnnq,, LOBI BOWLING -,i Notary Public, State of Texas il Comm. Expires 10-17.2027 Notary Public State of Texas Notary ID 124717681 1'3' Permanent Drainage Easement ACF 8827-dea-WP24-coRv-2024 GRANTEE: CITY OF FORT WORTH Dana BurandoFF By:anaDm Dff(Jan 2,20252331 CST) Dana Burghdoff Assistant City Manager APPROVED AS TO FORM AND LEGALITY: By: %� Name: Hye Won Kim Assistant City Attorney CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By R. `CaDweR)Jan 22, 20251008-T) Rebecca Diane Owen Planning Manager ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he executed the same for the purposes and consideration therein expressed and, in the capacity, therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of January 20 25. 7 9�, O�pRYPveI/ TIFFANY BACON z Notary Public + t STATE OF TEXAS N9�oFy Notary I.D. 128261860 My Comm. Exp. Jan. 20, 2027 Notary Public in and for the State of TEXAS 5 ftm 1 1 Drainage casement Acr 8827-dea-wr24-eefiv-2024 GRANTEE'S ADDRESS: AFTER RECORDING, RETURN TO: City of Fort Worth City of Fort Worth 200 Texas Street Transportation and Public Works Fort Worth, TX 76102 Right of Way and Easements Division Attention: Dana Burghdoff 900 Monroe Street, Suite 404 Fort Worth, TX 76102 WITH COPY TO: Alliance Westport No. 24, Ltd. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: Eric Elrod Pennancnt Draimp Eascn¢nt ACF 8827-den-WP24-cofiv-2024 Exhibit "A" Description of a 50 pool Drainage Easement BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, and the Q Overton Survey, Abstract Number 972, City of Fort Worth, Denton Counly,'rexas, and being a portion of that Iraq of land described by deed to Alliance Westport No. 24, Ltd., recordcd in Instrument Number 2024-1 12337, Real Property Records, Denton County, Texas, and being more particularly described by metes and bounds as follows: COMMENCING at a Texas Department of Transportation monument, found in the west line of said Alliance tract, in the east right-of-way line o1'Farrn to Markel 156 (a 200 foot right-of-way) recorded in Instrument Number 2007-110923, said Real Property Records, the beginning of a curve to the left, from which a Texas Department of Transportation monument bears N 41 °31'45"E, 2,286.16 feet; THENCE with said common line and said curve to the lefl, on arc distance of 729.94 feet, through a central angle ol'09°19'40", having a radius of 4483.66 feet, the long chord which bears S 36051'56"W, 729.13 feet to the POINT OF BEGINNING; THENCE departing said common line over and across said Alliance tract the following courses and distances: S 58-07.23" B, 115.97 feet, to the beginning of a non -tangent curve to the left; With said non -tangent curve to the left, an are distance of 573.44 feel, through a central angle of 07"31'15", having a radius of 4,368.66 feet, the long chord which bean S 28a25'59" W, 573.03 feet; S 01 °36' 10" W, 41.66 feel, to the beginning of a non -tangent curve to the left; With said non -tangent curve to the left, an are distance of 206.45 feet, through a central angle of 02043'06", !raving a radius of 4,351.44 feel, the long chord which bean S 22049'07" W, 206.43 feet; N 6R°32'27" W, 50.00 feel, to the beginning of a non -tangent curve to the right; With said non -tangent curve to the right, an arc distance of 198.82 feet, through a central angle of 02035'17", having a radius of 4,401.44 feet, the long chord which bears N 22045' l2" E, 198.80 feet; N 01036'10" E, 41.89 feet, to the beginning of a non -tangent curve to the right; With said non -tangent curve to the right, an arc distance of 539.96 feet, through a central angle of 07°00'05", having a radius of 4,418.66 feet, the long chord which bears N 28°02'26" E, 539.62 feet; N 58°07'23" W, 65.98 feet, to the aforementioned common line, the beginning of a non -tangent curve to the right; THENCE with said common line and non -tangent curve to the right, an arc distance of 30.00 lec6 through a central angle of 00038'20", having a radius of 4,483.66 feel, the long chord which bears N 3I "52'56" li, 50.00 feet to the Point or Beginning and containing 44,604 square feet or 1.024 acres of land more or less. "Intugml pans of this tkwunime, 1. Denriplion 2. Cxhiho Pcloton Job No. 0051431 Tr"king No. ACpa s827 Denton Novelnbca 05, 2024 G!UOa10051430.INh2_SltVY\ESI,4*l S\I-EGALSt0051430 EAI.DOCX Pep oft uBasis or Bearing is the lexos Coordinate System North Central lone 4202, NAO 83 N N / / TxDOT cwrele Uw nl i t 0, / / / /qs/.• 2OfTT/02q U 200 400 RPROGT. w GRAPHIC SCALE IN FEET wak-, / o "Inlegrolporls or this document" pN h Point of 1. Description / Tx00T 2. Exhibit Caxrele Commencing 4p Pad 00° 38' 20" ° A • 09'19' 40' R • 4483.66' R • 4483,W L • 50.00' / C • 72994 h . LC- N31° 52' 56"E / / LC, S36-5r 56W // 72913' AIIIonCe Westport /50.00' // Point of No. 24, Lid. Inst.• 2024-112337 / Beginning R.P.R.D.C.T. C1 A 02.35'17" of S58007'23"E R 4401.44' g1 / / / 115.97' L - 198.82' L2 LC- N220 45' 12"E I 198.80' ' —I / / // . _...-----------� ---i--------�-/----------mroror.-srrlrv�lr�e--------- C2 A • 07.00' 05" / Or/C2 �. R • 4418.66' / / / a 9 Line Table / / ti 02' 26"E / // 4 A • 07031'15" R - 4368.66' L1 NOt° 36'10"E 41.89' LC- N28 539.62' / L - 573.44' L2 N58.07'23"W 65.98' F=' LC- S280 25' 58"W u / / 573.03' �l zawaeAc eben2rc rr a , i ^� / / r, RPR.D.GL '�� B Q Lt Sol' 36'10"W 0to H 41.66' €v // Ct A • 02043'06" tf OFp R • 4351.44' •C"6�Sff'•S�-Ji• N A L • 206.45' yQ'� RFA �iII s i l L, LC- S220 49' 07"W .. 'N; 206.43' TODO A. BRIDGES r //I a 1..............11......... 8 / /N68. 32'27"W' 1'l'1 4940 r o / / //50.00, rsrk E2 nl ,��.<'scrQ yp2 al l l RPRD.CT. 1fiUE1V1- / it l , l Ali Investment, L.P. a AIL west LLC. Exhibit of a lnsl.• 2019-99456 f R.P.R.D.C.T. 50' Drainage Easement W@5'tWOOd Situated in the AM Robertson Survey, Abstract Number 1553. DIY a and the G. Overton Survey, Abstract Number 972, VAMt.d P.I.I.A Berlkn B City of Fort Worth, Denton County, Texas. ACFN 8827 B%WR-1k0 HILLEXA no?? AY, 3Urrc z 1Ce N 0051430 DRAWN BY: D. Freemon (CHECKED BY: T. Bridges ( DATE: 05-18.24 PAGE N 2 of 2 YOR 960031141fxA3 X1A MI/NM2 BfisB 1y 3 i \JOUWUSIUV OU\l.S.vY\LPIB\ + P.- /B/102• JUY •/✓iu Denton County Juli Luke County Clerk Instrument Number: 6682 ERecordings-RP EASEMENT Recorded On: January 23, 2025 1121 AM Number of Pages: 16 " Examined and Charged as Follows: " Total Recording: $85.00 *********** THIS PAGE IS PART OF THE INSTRUMENT *********** Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY because of color or race is invalid and unenforceable under federal law. File Information: Document Number: Receipt Number: Recorded Date/Time: User: Station: 6682 20250123000234 January 23, 2025 11:21 AM Maria L Station 17 Record and Return To: Corporation Service Company STATE OF TEXAS COUNTY OF DENTON I hereby certify that this Instrument was FILED In the File Number sequence on the date/time printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas. Juli Luke County Clerk Denton County, TX Project: CPN 105634 Westport 24 Detention Pond Parcel: ACF# 9829 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT DRAINAGE EASEMENT DATE: (', 2024 GRANTOR: AIL INVESTMENT, L.P. AIL West, LLC GRANTOR'S MAILING ADDRESS (including County): 9800 HILLWOOD PARKWAY, SUITE 300 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. Property: Tract One: BEING a tract of land situated in the G. Overton Survey, Abstract Number 972, City of Fort Worth, Denton County, Texas, and being a portion ofthat tract of land described by deed to AIL Investment, L.P. and AIL West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton County, Texas, and being more particularly described by metes and bounds as described on Exhibit "A". Permanent Drainage Easement ACF 8829-dea-AIL/AIL West- ft- 4 1. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. 2. In no event shall Grantor (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGES] Permanent Drainage Easement ACF 8829-dm-AIUAIL West- &-2024 GRANTOR: AIL INVESTMlNT, L.P., a Texas limited partnership By: AIL GP, LLC, a Texas limited liability company, its general artner By: { V'"-/ Name: GRIG 6,00 Title: 5W STATE OF TEXAS COUNTY OF TARRANT § This in tram nt 1lwas acknowledged before me on NINJ m _ C 2024, by of ALL GY, LLC, a Texas limited liability company, on behalf of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas limited partnership, on behalf of said limited partnership. LOalaOWLING,��,� ,�`��"7`•'s'r;' Notary Public, State of Teas,, z4': of Comm. Expires 10.17-2027 ''.'ec• R� Notary ID 124717681 Notary Public, State of Texas Permanent Drainage Easement ACF 8829-dea-AIUA& West- (W-2024 GRANTOR: AIL West, LLC, a Texas limited liability company Bv: �-' �� 2 Name: 1✓Wc- e_Rn9 Title: 150 STATE OF TEXAS § COUNTY OF TARRANT § Ttlltrumn was acknowledged before me on 4Wf-APC )!�, 2024, by PV, - W , of AIL West, LLC, a Texas limited liability company, on behalf of rimited liability company. LORI BOWLING 1�LYlX.V({!i _Votary Public, State of Taxes _.•' Comm. Expires 10-17-2027 Notary Public, State of Texas Notary ID 124717681 4 Permanent Drainage Easement ACF 8829dea-AIL/AR. West-wfw-2024 CC) ffi%I f I919WIll I WKS] A II81;y I LIAXI A 1101 b g��v By, �enaeurgnaavfJen2�2015 31 Dana Burghdoff Assistant City Manager APPROVED AS TO FORM AND LEGALITY: By: %� Name: Hye Won Kim Assistant City Attorney CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Reb—Awen(Jen22,20251009C5i) Rebecca Diane Owen Planning Manager ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he executed the same for the purposes and consideration therein expressed and, in the capacity, therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _22nd day of January 20 25 . a�� Notary Public in and for the State of TEXAS O�pRYPVe�i TIFFANY BACON a Notary Public + + STATE OF TEXAS 9 W P Notary I.D. 128261860 5 �OF My Comm. Exp. Jan. 20� 2027 Permanent Drainage Easement a ACF 8829-deaAWAIL West-cofa,202/ ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Drainage Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: 1. The second sentence of Section 1 of the Easement is hereby deleted and the following is substituted therefor: The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, inlets, headwalls, rip -rap, channels (lined or earthen), pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the following is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across, over or under (but not parallel and overlapping) the Property to such other persons as Grantor deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences (unless construction of said fence requires a building permit, in which case Grantor must obtain written consent from Grantee's Director of the Transportation and Public Works Department), one or more roads, driveways, alleys, and to construct underground utilities across, over and under the Property; and (b) to landscape the Property. Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys, or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees; provided, however, the crossing angle of such improvements with the facilities may be reduced to no less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads, Permanent Drainage Easement ACF 8829-dea-AIL/AIL West-cofw-2024 alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape (such as fountains, walls and retaining walls) on the surface of the Property without the written consent of Grantee so long as the consi action of such hardscape does not require a building permit. In the event the construction of such hardscape does require a building permit, Grantor and any future owners must obtain, from Grantee's Director of the Transportation and Public Works Department, written consent of the construction. Further, Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. 5. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding property from damage resulting from Grantee's use of the Property. 6. Grantee shall not use the Property, or permit use of the Property by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated, manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate. In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee. 7. Except with regard to those arising from the gross negligence or willful act or omission of Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a User's use of the Property. A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the facilities. 8. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: 2 Permanent Drainage Easement ACF 8829-dea-AIWAIL West-wfw-2024 To Grantor: AIL Investment, LP 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: Eric Elrod AIL West, LLC 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: Eric Elrod To Grantee: The City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 Attention: Dana Burghdoff From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the purposes permitted herein. This easement shall automatically terminate upon dedication of the Property for use as a right of way for a public road. 10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted and the following is substituted therefor: TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor, but not otherwise. 11. This Easement and Addendum to be effective as of the date first set forth in the Easement. 12. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Drainage Easement ACF 8829-dea-AIUAIL West-cofW-2024 GRANTOR: AIL INVESTMENT, L.P., a Texas limited partnership By: AIL GP, LLC, a Texas limited liability company, its general partner. 40- By: W t &2 Name:_f aic, Ft aoD Title: SVP STATE OF TEXAS COUNTY OF TARRANT § This intro ent` 1 wa acknowledged before me on O}a eSNI ! eC 6 2024, by �f i C Pf ink , V 1 of AIL GP, LLC, a Texas limited liability company, on behalf of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas limited partnership, on behalf of said limited partnership. �••„�.,, LORI96WLING �> Notary Public, State of Texas •:`�� Comm. Expires 1617-2027 q�....+�. LL/jj\ ",,,a,•• Notary ID 124717687 I Notary Public, State of Texas Permanent Drainage Eascmcnt ACF 8829-dea-AIUAQ. West-wfty-2024 GRANTOR: AIL West, LLC, a Texas limited liability company BY: � L �'l Name:_ AL.¢VD Title: SYP STATE OF TEXAS § COUNTY OF TARRANT § f s instrument Was arknowledgcd before me on 1 D 1� P �0 .. i � 2024, by C V j(e Tie-5.of AIL West, LLC, a Texasimited liability company, on behalf of said limited liability company. LORI BOWLING zr `' Notary Pu01ie, State of Texas z9 .''= Comm. Expires 10.17.2027 ,,,,�,. Notary ID 124717881 f Notary Public, State of Texas 5 Permanent Drainage Easement ACF 8829 1atAILAIL West-wfiw2024 GRANTEE: CITY OF FORT WORTH By; oasnBh-IFpanY,zo s K31 CST) Dana Burghdoff Assistant City Manager APPROVED AS TO FORM AND LEGALITY: By: % Name: Hye Won Kim Assistant City Attorney CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. _rDW4 By. Rebecca Owen(Jan 22, 202S 10:09 CST) Rebecca Diane Owen Planning Manager ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the CTTY OF FORT WORTH and that he executed the same for the purposes and consideration therein expressed and, in the capacity, therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ _22nd day of January 20 25 . . . . . . . . . . . . , o�Pav pU@�� TIFFANY BACON a Notary Public * * STATE OF TEXAS Notary I.D. 128261860 of My Comm. Exp. Jan. 20, 2027 aac,w Notary Public in and for the State of TEXAS Permanent Drainage Easement ACF 8829-dea-AIUAIL West-wfw-2024 GRANTEE'S ADDRESS: AFTER RECORDING, RETURN TO: City of Fort Worth City of Fort Worth 200 Texas Street Transportation and Public Works Fort Worth, TX 76102 Right of Way and Easements Division Attention: Dana Burghdoff 900 Monroe Street, Suite 404 Fort Worth, TX 76102 WITH COPY TO: AIL Investment, LP 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: Eric Elrod AIL West, LLC 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: Eric Elrod Permanent Drainage Easement ACF 8829-0ea-AIVAIL West- fw-2024 Exhibit "A" Description of a 15 Foot Drainage Basement BEING a tract of land situated in the 0. Overton Survey, Abstract Number 972, City of Fort Worth, Denton County, Texas, and being a portion of that tract of land described by deed to AIL Investment, L.P., and All, West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton County, Texas, and being more particularly described by metes and bounds as follows: COMMENCING at the northerly southwest comer of said All, tract, the east rigbt-of-way line of Farm to Market 156 (a 200' right-of-way) recorded in Instrument Number 2007-110923, and the southwest comer of that tract of land described by to Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024- 112337, both of said Real Property Records; THENCE with the south line of said Alliance tract, and the north line of said AIL tract, the following bearings and distances: S 68°32'04"E, 132.08 feet; S 48°27'55" E, 345.02 feet, to the POINT OF BEGINNING; THENCE continuing with said common line, the following bearings and distances: S 48-27.55" E, 80.78 feet; N 78°09'48" E, 890.80 feet; THENCE departing said common line, over and across said AIL tract, the following bearings and distances: S 86n18'47" E, 307.21 feet; S 03n41' 13" W, 15.00 feet; N 86°18'47" W, 305.17 feet; S 78009'48" W, 896.30 feet; N 48°27'55" W, 83.08 feet; N 87°00'05" W, 31.49 feet; NO2a59'55" E, 15.00 feet; THENCE S 87°00'05" E, 36.74 feet, to the Point of Beginning and containing 19,733 square feet or 0.453 acres of land more or less. "Integral pans of dds dmument" 1. Dmdption— 1 Page 2. Exhibit —2 Pages Peloton Job No. 0051430 Tracking No. ACF# 8829 Denton November 06, 2024 G:UOB\0051430.00\2 SRVY\rS,%fTS\LEGALS\0051430, EA3.DOCX Page I of 3 CO Point of ti Commencuxg x`} • j'� %�32 �„' .'r' )a.aT Err1111 N!T. Roya,Ltd. ins.- 2024-:12337 RPR.OLI. ! � 9.Tj'Laa cr-nm�r/ r� i �3rS p • 4483.66 C. Y.Ib 3U 77v4 j Jf�� S87°0C'05"E� m'ccryFaser✓✓ • r!' NO2' 3E.74' 59'55"E 15.00' N87'00'05"W + AIL Investment, L.P. f" l i 8, AiL West, LLC, j Inst.- 2019-99456 d 7 it 1 R.P.R.D.C.T. 1;i, 2J'rme f�en¢nro Uos,s oBenrino Is b;e :cxns Cowd,nule Syc;en North Ce,l-1:onc 4202. Ntd, d3 IF.F non iod i C,PO�WC SCPL_ IN CEET .nley. alporls Of th•S Ontrtrnert Des:np;mn I �nges 7 f xtnDil - 2 Panes Point of Beginning IiIrS48' 27'55"F a0.78' N48' 27'55"W 83.08' c,t}P•.•� E r CI P1 0\ (2 • P. ;r 7NO RF j; Exhibit of a w \ lof FI Oak 2 \ WSS'QC T Addif, On 1,,,0.9 2023-112 R.P.R.D.C.c. 15' Drainage hasement legs s FIRM ,RFC NO 10074301 C,ty o. For, Anrth, Denton Cn',.n`y Isx^s P;1124 was;.uoe rmless o,ol Sa..,rbs. o-c Ian y j 0 100 200 LSM'61#--- GRAPHIC SCALE IN FEE "olegrolpofts at lhls document" 1. Descnpbon 1 Pages 2. ?xh.an . 2 Rogcs "V- bj tl,b FSPEIS - LS FYiu nEG NO IM74301 G, A65R �fJ 97LIpVE y 2 Aficoce We 4wf Wa.24. L%. lost• 2024-1,2351 RP.R.rlU Basis of Beonna Is the Teas Coordlr,me System m 3 North Control/one 4202, NAD 83 o i i w . IRF - Iron Rod Found twat n 10 prwine E�semlol vaRa9eo"Pµl2% p"J. S _. S86o 18'47"E 307.21' n \ 305.— p M^ \ E a m AIL Investment, L.P. ' \'.i/ Tlr Soon v & AIt. west, LLC. P,xla E50. Pfyoox D,M Fad EosprcM inst.- 2019-99456 Inn.•xansi2ae Ind• 2004.85N RP RDc7. / R.P-R.D.C.T. FVPD[r — " rnµa-e=., mncn, / P,g Exhibit of a 1 n /1 T n O ssee. t, 15 Drainage �u.�„�..ent, Sdun_:ed ''I ;he C. Overton Survey, Abstract NuTlber 972, Cty of fort Worth, Derton Count, 'texas. Crpv,x,htfn2024 Wel Mood PmIN]Drcl SeraDel,lrc Y GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to serve Intermodal Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135 Revised July 1, 2011 Westport 24 Geotechnical Engineering Report Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Prepared for: Hillwood Alliance Services, LLC 9800 Hillwood Parkway, Suite 300 Fort Worth, Texas 76177 Iierracon Explore with us Nationwide Facilities ■ Environmental ■ Czeotechnical Terracon.com ■ Materials r rerracon 1801 Handley Ederville Road Fort Worth, Texas 76118 P (817) 268-8600 Terracon.com September 27, 2024 Hillwood Alliance Services, LLC 9800 Hillwood Parkway, Suite 300 Fort Worth, Texas 76177 Attn: Mr. Jesse Carrasco P: (817) 224-6000 E: Jesse.Carrasco@hillwood.com Re: Geotechnical Engineering Report Westport 24 FM 156 Fort Worth, Texas Terracon Project No. 94245346 Dear Mr. Carrasco: We have completed the scope of Geotechnical Engineering services for the above referenced project in general accordance with Terracon Proposal No. P94245346 dated June 14, 2024. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of foundations, floor slabs, and pavements for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Registration No. F-3272 Sushanta Bhusal, E.I.T. Senior Staff Engineer Christopher W. Eddy, P.E. Senior Geotechnical Engineer Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas r ierracon September 27, 2024 1 Terracon Project No. 94245346 Table of Contents ReportSummary.............................................................................................. i Introduction.................................................................................................... 1 ProjectDescription.......................................................................................... 1 SiteConditions................................................................................................ 2 Geotechnical Characterization......................................................................... 3 SeismicSite Class............................................................................................ 6 GeotechnicalOverview.................................................................................... 7 Earthwork....................................................................................................... 8 SitePreparation........................................................................................ 8 Building Pad Preparation............................................................................ 9 FillMaterial Types....................................................................................11 Fill Placement and Compaction Requirements...............................................11 Utility Trench Backfill................................................................................12 Earthwork Construction Considerations.......................................................13 Construction Observation and Testing......................................................... 14 Site Grades and Drainage..........................................................................16 Landscape Considerations............................................................................. 16 DeepFoundations.......................................................................................... 17 Straight Drilled Shafts - Axial Capacity........................................................17 LateralCapacity......................................................................................18 Soil Induced Uplift Loads...........................................................................19 Drilled Shafts Construction Considerations...................................................19 Grade Beams, Pier Caps, and Wall Panels....................................................20 FootingFoundations...................................................................................... 21 Design Parameters - Compressive Loads.....................................................21 Footing Foundation Construction Considerations...........................................21 FloorSlabs.................................................................................................... 23 Floor Slab and Flatwork on Modified Subgrade..............................................23 Floor Slab Design Parameters....................................................................24 Floor Slab Construction Considerations........................................................24 Lateral Earth Pressures................................................................................. 24 Design Parameters...................................................................................24 Wall Drainage Considerations....................................................................26 Wall Backfill Settlement............................................................................ 26 Pavements.................................................................................................... 27 Parking and Drive Lane Pavement Subgrades...............................................27 PavementSections...................................................................................28 Pavement Maintenance............................................................................. 29 Pavement Design Considerations................................................................29 GeneralComments........................................................................................ 30 Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Figures GeoModel Attachments Exploration and Testing Procedures Site Location and Exploration Plans Exploration and Laboratory Results Supporting Information ierracon Note: This report was originally delivered in a web -based format. Blue Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the Werracon logo will bring you back to this page. For more interactive features, please view your project online at client.terracon.com. Refer to each individual Attachment for a listing of contents. Facilities I Environmental I Geotechnical I Materials ii Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas .lerracon September 27, 2024 1 Terracon Project No. 94245346 Report Summary Topic 1 Overview Statement 2 The project includes a 1,145,760-sf warehouse building with associated parking lots and drive lanes on all sides of the Project Description building. A detention pond is planned south of the building and pavements. Subsurface profile of the project site consists of overburden clay soils underlain by tan/gray limestone. Groundwater was Geotechnical encountered in boring B-4 and B-29 at a depths of about 8 to Characterization 13 feet while drilling and groundwater level observed at depths of about 19 to 20 feet at completion of drilling. Straight drilled shafts founded in the gray limestone can be Deep Foundations used to support the structural loads through a combination of end bearing and skin friction. Footing Shallow foundations can be used to support site retaining walls Foundations that can tolerate vertical movements. Slabs supported on a modified subgrade that have been Floor Slabs prepared to reduce soil movements are recommended for floor slab and flatwork support Truck dock walls are expected to be constructed as part of site Lateral Earth development to achieve final grades. Wall heights of up to Pressures 5 feet are anticipated. Concrete pavements placed on a compacted natural or Pavements stabilized subgrade can be used for parking, driveway, and dumpster areas. General Comments This section contains important information about the limitations of this geotechnical engineering report. 1. If the reader is reviewing this report as a pdf, the topics provided in the table can be used to access the appropriate section of the report by simply clicking on the topic itself. 2. This summary is for convenience only. It should be used in conjunction with the entire report for design purposes. Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Introduction This report presents the results of our subsurface exploration and Geotechnical Engineering services performed for the proposed project. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: ■ Subsurface conditions ■ Groundwater conditions ■ Seismic site classification ■ Site preparation and earthwork ■ Foundation design and construction ■ Floor slab design and construction ■ Lateral earth pressure ■ Pavement design and construction The geotechnical engineering Scope of Services for this project included the advancement of borings, laboratory testing, engineering analysis, and preparation of this report. Drawings showing the site and boring locations are shown on the Site Location and Exploration Plan, respectively. The results of the laboratory testing performed on soil samples obtained from the site during our field exploration are included on the boring logs in the Exploration and Laboratory Results section. Project Description Our initial understanding of the project was provided in our proposal and was discussed during project planning and our final understanding of the project conditions is as follows: Item Description Project The project includes a 1,145,760-sf warehouse building with Description parking lots and drive lanes on all sides of the building. A detention pond is planned south of the building and pavements. Building We anticipate the building will be constructed using concrete Construction tilt -up panels, interior steel columns, and a grade -supported floor slab. Finished Floor Finished floor elevation for the building is anticipated to be Elevation 718.58 feet based on the Westport 24 - Site Plan Exhibit dated May 2024 and provided by Hillwood. Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Item Description ■ Columns: 200 kips Maximum Loads 0 Walls: 2 to 3 k/ft Based on the Westport 24 - Site Plan Exhibit, as much as 4 to 11 feet of cut and/or fill will be required to establish finish Grading/Slopes grades in the building and pavement areas. Final slopes are planned with an inclination of 4H:1V (Horizontal: Vertical) or flatter. Below -Grade None Structures Truck dock walls are expected to be constructed as part of site Retaining Walls development to achieve final grades. Wall heights of up to 5 feet are anticipated. Portland cement concrete driveway and parking areas will be Pavements constructed on the site. The pavement design period is 20 years. We should be notified if any of the stated information is inconsistent with the planned construction, especially the grading limits, as modifications to our recommendations may be necessary. Site Conditions The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description Parcel The project site is an approximately 75-acre tract located along the southeast side of FM 156 in Fort Worth, Texas Information Latitude/Longitude (approximate): 33.009420N, 97.33766°W Existing The site is a vacant tract of land with a fence row extending Improvements east -west across the north portion of the site. Current Ground Grassy vegetation with some brush/trees located along a fence Cover row and drainage features. Based on the Westport 24 - Site Plan Exhibit provided by Existing Hillwood, the project site is generally highest in elevation along Topography the west side of the site and tends to slope down to the east and north with as much as 30 feet of elevation change across the site. Facilities I Environmental I Geotechnical I Materials 2 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Item I ascription Geology The site is situated within the Fort Worth Limestone and Duck Creek geologic formation. Geotechnical Characterization We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of the site. Conditions observed at each boring are indicated on the individual logs. The individual logs can be found in the Exploration and Laboratory Results and the GeoModel can be found in the Figures attachment. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Name General Description Layer Fat Clay (CH) and lean Clay (CL) with limestone 1 Overburden fragments and calcareous nodules, dark brown, brown, Soil light brown and gray Weathered Limestone, weathered, with clay layers, tan 2 Bedrock Limestone, with interbedded dark gray shale seams 3 Bedrock and layers, gray The following table summarizes the rock profile at the boring locations: Ground Depth to Top of Tan Depth to Top Top of Gray Boring Surface Top of Tan Limestone of Gray Limestone No. Elevation Limestone Elevation Limestone Elevation (ft.) (ft.) (ft.) (ft.) (ft.) B-1 722.67 2 720.67 13 709.67 B-2 720.85 4 716.85 10 710.85 B-3 718.89 4 714.89 12 706.89 B-4 720.85 2 718.85 13 707.85 B-5 722.44 4 718.44 16 706.44 B-6 721.51 2 719.51 14 707.51 Facilities I Environmental I Geotechnical I Materials 3 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Boring No. B-7 B-8 B-9 B-10 B-11 B-12 B-13 B-14 B-15 B-16 B-17 B-18 B-19 B-20 B-21 B-22 B-23 B-24 B-25 B-26 B-27 B-28 B-29 B-30 B-31 B-32 B-33 B-34 B-35 B-36 B-37 B-38 B-39 B-40 Ground Surface Elevation (ft.) 718.53 714.78 710.94 720.13 718.98 718.87 719.89 720.87 719.64 717.00 713.54 718.67 717.94 716.82 716.44 718.44 718.11 718.43 715.83 712.70 717.11 715.94 713.58 714.46 715.62 716.67 716.21 712.91 715.24 715.47 714.10 711.57 711.91 714.12 Depth to Top of Tan Limestone (ft.) 4 10 10 4 4 3 2 4 2 1 1 2 2 10 3 4 2 1 1 2 1 2 6 8 4 2 2 1 2 1 2 4 13 2 Top of Tan Limestone Elevation (ft.) 714.53 704.78 700.94 716.13 714.98 715.87 717.89 716.87 717.64 716.00 712.54 716.67 715.94 706.82 713.44 714.44 716.11 717.43 714.83 710.70 716.11 713.94 707.58 706.46 711.62 714.67 714.21 711.91 713.24 714.47 712.10 707.57 698.91 712.12 Depth to Top of Gray Limestone (ft.) 12 12 13 12 12 12 12 16 13 13 11 12 13 13 13 13 13 12 12 11 12 12 14 18 13 12 13 12 12 13 10 14 17 13 ierracon Top of Gray Limestone Elevation (ft.) 706.53 702.78 697.94 708.13 706.98 706.87 707.89 704.87 706.64 704.00 702.54 706.67 704.94 703.82 703.44 705.44 705.11 706.43 703.83 701.70 705.11 703.94 699.58 696.46 702.62 704.67 703.21 700.91 703.24 702.47 704.10 697.57 694.91 701.12 Facilities I Environmental I Geotechnical I Materials 4 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon Ground Depth to Top of Tan Depth to Top Top of Gray Boring Surface Top of Tan Limestone of Gray Limestone No. Elevation Limestone Elevation Limestone Elevation (ft.) (ft.) (ft.) (ft.) (ft.) B-41 714.83 1 713.83 12 702.83 B-42 714.30 1 713.30 12 702.30 B-43 708.26 6 702.26 17 691.26 Not observed within boring P-1 720.70 6 714.70 termination depth Not observed within boring P-2 723.17 2 719.17 termination depth Not observed within boring P-3 720.65 3 717.65 termination depth Not observed within boring P-4 715.45 2 713.45 termination depth P-5 702.49 Not observed within boring termination depth P-6 707.13 Not observed within boring termination depth P-7 698.18 Not observed within boring termination depth Not observed within boring P-8 712.46 1 711.46 termination depth Not observed within boring P-9 711.43 4 707.43 termination depth Not observed within boring P-10 710.32 4 706.32 termination depth Not observed within boring P-11 711.88 4 707.88 termination depth P-12 716.81 Not observed within boring termination depth P-13 722.74 4 718.74 P-14 711.16 Not observed within boring termination depth P-15 708.41 Not observed within boring termination depth Not observed within boring P-16 700.64 4 696.64 termination depth Not observed within boring P-17 705.36 6 699.36 termination depth Not observed within boring P-18 709.10 3 706.10 termination depth Not observed within boring P-19 702.46 3 699.46 termination depth Not observed within boring P-20 700.84 8 692.84 termination depth Facilities I Environmental I Geotechnical I Materials 5 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Ground Boring Surface No. Elevation (ft.) P-21 692.31 DP-1 719.73 ierracon Depth to Top of Tan Depth to Top Top of Gray Top of Tan Limestone of Gray Limestone Limestone Elevation Limestone Elevation (ft.) (ft.) (ft.) (ft.) Not observed within boring termination depth 12 707.73 16 703.73 The boreholes were observed while drilling and after completion for the presence and level of groundwater. The water levels observed in the boreholes can be found on the boring logs in the Exploration Results and are summarized in the following table. Approximate Depth to Approximate Depth to Boring Groundwater While Groundwater After Drilling (ft) 1 Drilling (ft) 1 B-4 13 19 B-29 8 20 1. Below ground surface at the time the borings were advanced Groundwater was not observed in the remaining borings while drilling, or for the short duration the borings could remain open. These groundwater observations provide an indication of the groundwater conditions present at the time the borings were drilled. Groundwater conditions may be different at the time of construction. A relatively long period may be necessary for a groundwater level to develop and stabilize in a borehole. Long-term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels. Long-term groundwater monitoring was outside the scope of services for this project. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Perched water seepage can be present in and above the limestone stratum, particularly during or following rainy periods of the year. Groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. Seismic Site Class The seismic design requirements for buildings and other structures are based on Seismic Design Category. Site Classification is required to determine the Seismic Design Category for a structure. The Site Classification is based on the upper 100 feet of the site profile defined by a weighted average value of either shear wave velocity, standard Facilities I Environmental I Geotechnical I Materials 6 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 penetration resistance, or undrained shear strength in accordance with Section 20.4 of ASCE 7-16 and the International Building Code (IBC 2021). Based on the soil/bedrock properties observed at the site and as described on the exploration logs and results, our professional opinion is that a Seismic Site Classification of C be considered for the project. Subsurface explorations at this site were extended to a maximum depth of 40 feet. The site properties below the boring depth to 100 feet were estimated based on our experience and knowledge of geologic conditions of the general area. Additional deeper borings or geophysical testing may be performed to confirm the conditions below the current boring depth. Geotechnical Overview Subsurface conditions encountered in the borings consisted of clay soils overlying tan ang gray limestone bedrock. Expansive soils are present on this site. The magnitude of the moisture induced potential vertical movement (PVM) is dependent on several factors including the thickness of active clay soils and moisture levels of the overburden soils at the time of construction. Based on the plasticity index (PI) of the soils and swell tests, the maximum PVM of the site soils is estimated to be on the order of 4 to 5 inches when the soils are in a dry moisture state. The expansive soils present at this site can subject shallow foundations to significant differential movements due to moisture fluctuations in the soils. This report provides recommendations to help mitigate the effects of soil shrinkage and expansion. However, even if these procedures are followed, some movement and cracking in the structure should be anticipated. The severity of cracking and other damage such as uneven floor slabs will increase if excessive wetting or drying of the expansive soils is allowed to occur during or after construction. Straight drilled shafts bearing in gray limestone are recommended to support the proposed structure. Grade beams and pier caps should be supported by the drilled shaft foundations with a void space between the grade beams and the subsurface clay soils. The floor slab should be structurally supported above the subgrade soils if floor slab movements cannot be tolerated. If floor movements on the order of 1 inch are acceptable, the floor slab can be placed on a modified subgrade. The Deep Foundation section addresses support of the building foundations. The Floor Systems section addresses structurally suspended and grade supported floor slabs. Retaining walls will be constructed as part of the truck dock walls. Walls that cannot tolerate vertical movements or that are associated with the building should be supported by drilled shafts, as discussed in Deep Foundations. A void space should be provided below drilled shaft supported walls, as described in Grade Beams. Walls that can Facilities I Environmental I Geotechnical I Materials 7 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon tolerate movements can be supported by spread footings, as discussed in Shallow Foundations. Retaining walls should be designed using the parameters provided in the Lateral Earth Pressures section. A detention pond is planned at the southwest corner of the project site. Considerations for liners and groundwater effects are addressed in the Retention Pond section. Portland cement concrete (PCC) pavement sections can be used for the pavement area. The Pavements section addresses the design of pavement systems. The recommendations contained in this report are based upon the results of field and laboratory testing, engineering analyses, and our current understanding of the proposed project. The General Comments section provides an understanding of the report limitations. Earthwork Earthwork is anticipated to include clearing and grubbing, excavations, and engineered fill placement. The following sections provide recommendations for use in the preparation of specifications for the work. Site Preparation The site should be stripped and grubbed to remove all vegetation, deleterious material, and debris. The exposed subgrade should then be proof rolled prior to placing any fill. In cut areas, proof rolling should be performed after excavating to final grade. The proof rolling should be performed with a fully loaded, tandem -axle dump truck or other equipment providing an equivalent subgrade loading. A minimum gross weight of 20 tons is recommended for the proof rolling equipment. Where practical, the proof rolling should consist of several overlapping passes in mutually perpendicular directions over a given area. Any soft or pumping areas should be modified using one of the methods discussed in this section. Methods of remediating soft areas identified during the proof rolling include scarification and compaction at the proper moisture content, lime treatment, or removal of unstable materials and replacement with granular fill (with or without a geogrid). The appropriate method of improvement, if required, would be dependent on factors such as schedule, weather, the size of the area to be stabilized, and the nature of the instability. More detailed recommendations can be provided during construction as the need for subgrade modification occurs. Performing site grading operations during warm seasons and dry periods would help to reduce the amount of subgrade stabilization required. Facilities I Environmental I Geotechnical I Materials 8 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ Terracon September 27, 2024 1 Terracon Project No. 94245346 Building Pad Preparation Foundations and flatwork placed on -grade will be subject to movement because of moisture induced volume changes in the active clay soils that can occur following construction. The soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The magnitude of the moisture induced potential vertical movement (PVM) is variable and is influenced by the soil properties, overburden pressures, thickness of clay, and soil moisture levels at the time of construction. Based on the soil types and thickness encountered in the borings, the PVM for slabs placed on grade is estimated to be about 4 to 5 inches for dry soil moisture conditions that can exist prior to construction. The PVM is estimated based on Texas Department of Transportation's Test Procedure Tex-124-E, dry soil conditions, and the results of swell tests. Large warehouse structures typically use slab -on -grade construction with some type of subgrade preparation to reduce expected movements. If potential floor slab movements on the order of 1 inch are acceptable, the floor slab can be supported on a modified/moisture conditioned subgrade. If floor slab movements must be limited to less than 1 inch, Terracon should be contacted for recommendations for a structural floor slab. Note that movements of 1/2 inch can result in uneven floors, sticking doors, and cracking of floor slabs and wall partitions. If the risk of these movements is unacceptable, the floor slab should be structurally supported above the active clays. Slab on grade construction should only be considered if slab movements on the order of 1 inch are considered acceptable. Reductions in anticipated movements to about 1 inch can be achieved by using methods developed in this area. A suitable method for this site consists of moisture conditioning the clay soils and capping them with flexible base or lime treated soil. The moisture conditioning can be achieved by excavation and replacement as described in following paragraphs. Excavation and Replacement If movements on the order of 1 inch are acceptable, the subgrade should be moisture conditioned by performing the following steps: 1. Excavate on -site soils to a depth of 101/2 feet below finished building pad elevation. If tan limestone is encountered it is not necessary to excavate beyond the top of the tan limestone layer to install moisture conditioned soil. If limestone is exposed at the final building pad elevation, a minimum of 6 inches of flexible base should be placed between the limestone and concrete floor slab as a bond breaker. Excavation should extend laterally at least 5 feet beyond the building perimeter Facilities I Environmental I Geotechnical I Materials 9 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon and should extend below any flatwork and pavement that is sensitive to movement. 2. Scarify any clay soils at the bottom of the excavation to a depth of 6 inches, adjust the soil moisture content and compact soil to meet the requirements for moisture conditioned soil as described in Fill Placement and Compaction Requirements. 3. Backfill the excavated area with the moisture conditioned soils up to 8 inches below finished building pad elevation if a flexible base cap is used or to the finished pad elevation if a lime -treated soil cap is used. The excavated soil or imported fill, except for deleterious materials or rock greater than 4 inches, can be placed as moisture conditioned soil in accordance with Fill Placement and Compaction Requirements for moisture conditioned clay. a. For the flexible base cap, place 8 inches of flexible base material over the moisture conditioned subgrade to establish finish building pad elevation. The flexible base material should be compacted as recommended in Fill Placement and Compaction Requirements. The flexible base should not extend beyond the perimeter of the structure. b. For the lime -treated soil cap, the upper 8inches of the building pad should be lime treated. A minimum of 8 percent hydrated lime (TxDOT Item 260), by dry weight, is estimated for treating the subgrade soil. The lime application rate should be determined by laboratory testing (lime -PI series) once the building pad subgrade is rough graded. The lime should be thoroughly mixed and blended with the top 8 inches of the subgrade and uniformly compacted to the criteria described in Fill Placement and Compaction Requirements for pavement subgrades. Care should be taken that a lift of moisture conditioned soils is not allowed to desiccate prior to placing a subsequent lift. If the surface of the moisture conditioned soil is allowed to desiccate prior to placement of the cap, the desiccated soils should be reworked and placed in a moisture conditioned state as recommended in this report. Positive drainage must be provided away from the structure to prevent the ponding of water in the fill, during and following construction. The flexible base or lime treated soil cap must be placed above the moisture conditioned soils in a short period of time (i.e. within 48 hours) following completion of the moisture conditioning process to prevent the loss of soil moisture. If the surface of the moisture conditioned soil is allowed to desiccate prior to placement of the subsequent lift or cap, the desiccated soils should be reworked and placed in a moisture conditioned state. Where limestone is present at finished building pad elevation, we recommend the limestone be excavated to allow placement of 4 inches of flexible base material or processed on -site limestone to provide a relatively smooth pavement subgrade to act as a bond breaker between the portland cement concrete and underlying limestone. Facilities I Environmental I Geotechnical I Materials 10 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Fill Material Types Fill materials should meet the following requirements. Material Type Description Free of vegetation, organic material, On -Site Soils debris, and rocks greater than 4 inches in maximum dimension. Clay soil free of hazardous chemicals, vegetation, organic material, debris, Imported Fill and rocks greater than 4 inches in maximum dimension, with a liquid limit (LL) of 80 or less ierracon Appropriate Use ■ General site grading ■ Pavement subgrade ■ Utility trench backfill ■ Moisture conditioned soils ■ Truck dock wall backfill TxDOT Item 247, Type A or D, Grade ■ Cap above moisture Flexible Base 1-2. Recycled concrete meeting this gradation is acceptable. conditioned clay Non -plastic material with less than Granular Wall 3% passing no. 200 sieve and less ■ Truck dock wall backfill Backfill than 30% passing #40 sieve. Maximum aggregate size of 2 inches. Fill Placement and Compaction Requirements We recommend that all fill be observed and tested for moisture content and compaction during placement. Should the results of the in -place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test must be reworked and retested as required until the specified moisture and compaction requirements are achieved. Recommendations for compaction are presented in the following table. Fills should be placed at a maximum loose lift thickness of 6 and 9 inches for hand -operated and heavy compaction equipment, respectively. Item On -Site Soils or Imported Fills Placed Outside the Moisture Conditioned Zone Compaction A minimum of 95% maximum standard Proctor dry density (ASTM D698) Moisture Content At or above optimum moisture content Facilities i Environmental I Geotechnical I Materials 11 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Item Moisture Conditioned Soil and Backfill Against the Face of Grade Beams and Tilt -Wall Panels Flexible Base Pavement Subgrades 1 (natural or lime treated) Compaction In the range of 93% to 98% maximum standard Proctor dry density (ASTM D698) A minimum of 95% maximum standard Proctor dry density (ASTM D698) A minimum of 95% maximum standard Proctor dry density (ASTM D698) ierracon Moisture Content In the range of +5 to +8 percentage points of optimum moisture content 2 In the range of -2 to +2 percentage points of optimum moisture content In the range of 0 to +3 percentage points of optimum moisture content At a minimum of 60% of Granular Wall Backfill relative density (ASTM fa il moisture content that facilitates compaction D4253) fa 1. The compaction criteria in the fire lanes and public roadways must meet the requirements of the local governing authority. 2. Swell tests must be performed on the moisture conditioned soils to evaluate the compaction moisture content that results in 1 percent or less swell. The testing program is described in Construction Observation and Testing. Utility Trench Backfill Utility trenches are a common source of water infiltration and migration. All utility trenches that penetrate beneath the structure should be backfilled to restrict water intrusion and flow through the trenches that could migrate below the structure. We recommend constructing a clay or flowable fill "trench plug" that extends at least 2 feet out from the exterior perimeter of the building. The clay fill/flowable fill should be placed to surround the entire utility line and it should fill the utility trench in width and height, with the exception of topsoil at the surface. If a clay plug is used, it should consist of clay soil with a minimum plasticity index (PI) of 30 and should be compacted in accordance with the applicable recommendations as described in Fill Placement and Compaction Requirements. If flowable fill is used, it should meet the requirement of TxDOT Item 401, excavatable or non-excavatable characteristics. Utility lines will be placed in backfilled trenches surrounded by expansive clays capable of moving several inches cyclically throughout the year. This level of movement can lead to bending, cracking, or separation of utility lines and connections. Care should be taken that utility trenches are not left open for extended periods, and they are properly backfilled. Flexible joints and connections should be designed by the MEP to Facilities I Environmental I Geotechnical I Materials 12 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon accommodate differential movements along the utility lines, particularly in areas where ground supported utilities and structurally supported utilities converge. Where utilities penetrate grade beams, wall panels, and below -grade walls, an opening should be provided in the grade beams, wall panels, and below -grade walls and the utility line should be centered in the opening. A clear spacing equivalent to the potential vertical movement (PVM) of the on -site soil should be provided between the outside surface of the utility line and the grade beam, wall panel, and below -grade wall. If moisture conditioning is performed as discussed in Building Pad Preparation, the PVM will be about 1 inch. Earthwork Construction Considerations Shallow excavations for the proposed structure are anticipated to be accomplished with conventional construction equipment. In some areas, limestone was shallow. The limestone is hard and may be difficult to excavate. Excavations extending into the limestone may require breaker hoes, trenchers, and milling machines equipped with rock teeth. Line drilling can be used to control over break at the limits of the excavation. The limestone may be very difficult to process down for use as suitable fill in the building and paving areas and may have to be placed in landscape areas (i.e. outside building and pavement areas) or wasted. The on -site clay soils exposed during construction are anticipated to be relatively stiff and therefore should be able to support lightly loaded construction equipment when dry. However, stability of the subgrade will be affected by rainfall and repetitive construction traffic. If unstable conditions develop, workability of the soils may be improved by scarifying and drying. Effective drainage should be completed early in the construction sequence and maintained after construction to avoid potential issues. If possible, the grading should be performed during the warmer and drier time of the year. If grading is performed during the winter months, an increased risk for possible undercutting and replacement of unstable subgrade will persist. The earthwork contractor selected for moisture conditioning (by mechanically mixing of soil and water) should have experience with the process. Disks, plows or other equipment capable of mixing and achieving a uniform moisture content throughout each lift should be used. Proper equipment capable of achieving a uniform moisture content within the moisture conditioned fill is essential. Dry or extremely wet zones within the moisture conditioned fill can result in excess swelling if the fill is dry or settlement if the fill is too wet. Either of these conditions can be detrimental to the long-term performance of the building subgrade. Upon completion of filling and grading, care should be taken to maintain the subgrade water content prior to construction of grade -supported improvements such as floor slabs and pavements. Construction traffic over the completed subgrades should be avoided. The site should also be graded to prevent ponding surface water on the prepared Facilities I Environmental I Geotechnical I Materials 13 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Terracon subgrades or in excavations. Water collecting over or adjacent to construction areas should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the affected material should be removed, or the materials should be scarified, moisture conditioned, and recompacted prior to floor slab construction. As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part 1926, Subpart P, "Excavations" and its appendices, and in accordance with any applicable local and/or state regulations. Construction site safety is the sole responsibility of the contractor who controls the means, methods, and sequencing of construction operations. Under no circumstances shall the information provided herein be interpreted to mean Terracon is assuming responsibility for construction site safety or the contractor's activities; such responsibility shall neither be implied nor inferred. Excavations or other activities resulting in ground disturbance have the potential to affect adjoining properties and structures. Our scope of services does not include review of available final grading information or consider potential temporary grading performed by the contractor for potential effects such as ground movement beyond the project limits. A preconstruction/precondition survey should be conducted to document nearby property/infrastructure prior to any site development activity. Excavation or ground disturbance activities adjacent or near property lines should be monitored or instrumented for potential ground movements that could negatively affect adjoining property and/or structures. Construction Observation and Testing The earthwork efforts should be monitored under the direction of the Geotechnical Engineer. Monitoring should include documentation of adequate removal of any existing fill, vegetation, any debris/ deleterious materials, trees, tree roots, and topsoil, proof - rolling and mitigation of areas delineated by the proof -roll to require mitigation. Each lift of compacted fill should be tested, evaluated, and reworked as necessary until approved by the Geotechnical Engineer prior to placement of additional lifts as outlined in Fill Placement and Compaction Requirements and as recommended in the following table. Material Type Frequency of In -Place Moisture and Density Tests 1 Building Pad Areas and At least 1 test per 10,000 sf of area per compacted Pavement Areas lift with a minimum of 3 tests per lift Trench Backfill At least 1 test for every 100 linear feet per lift of compacted trench backfill Facilities I Environmental I Geotechnical I Materials 14 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Material Type Frequency of In -Place Moisture and Density Tests 1. If limestone is exposed during site preparation, no compaction is necessary within limestone. However, the exposed surface with limestone may create an uneven surface, which should be crushed/broken-up to create an even surface, or the surface could be leveled with lean cement concrete. Daily reports documenting activities, test results and a list of non -conforming tests should be provided to the team. The imported fill and flexible base should be sampled and tested on a regular basis to confirm that it does meet the properties recommended in this report. The following requirements must be met where moisture conditioning is used: ■ The soil samples used to determine the soil moisture -density relationship (i.e., Proctor testing) of moisture conditioned materials with a plasticity index (PI) of 30 or higher should be allowed to cure for a minimum period of 48 hours following the addition of water and prior to compaction. ■ Prior to the start of the moisture conditioning operations, laboratory swell testing is required on laboratory compaction sample points (i.e., Proctor points) to evaluate the target field moisture contents that result in 1 percent swell or less. Swell tests should be performed on the laboratory compaction sample points (i.e., Proctor points) that are prepared at molding water contents greater than optimum moisture. The swell tests must be performed with a surcharge pressure of 250 psf. The water content that results in 1 percent or less swell should be considered the minimum field target moisture content to be used during moisture conditioning. ■ Swell tests must be performed on the moisture conditioned soils during earthwork operations to verify that the target moisture content for the moisture conditioned soil results in 1 percent or less swell at the estimated overburden pressures at completion of grading. Samples of the moisture conditioned fill should be periodically obtained as the fill is being placed, and swell test performed with the applicable overburden pressure applied. Should the swell exceed 1 percent, the specified moisture content of the moisture conditioned soils should be adjusted to achieve 1 percent or less swell. In areas of foundation excavations, the bearing subgrade should be evaluated by the Geotechnical Engineer. If unanticipated conditions are observed, the Geotechnical Engineer should prescribe mitigation options. In addition to the documentation of the essential parameters necessary for construction, the continuation of the Geotechnical Engineer into the construction phase of the project provides the continuity to maintain the Geotechnical Engineer's evaluation of subsurface conditions, including assessing variations and associated design changes. Facilities I Environmental I Geotechnical I Materials 15 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Site Grades and Drainage All permanent slopes taller than 6 feet should be 4 Horizontal to 1 Vertical (4H:1V) or flatter. A slope stability analysis should be performed if steeper slopes are considered. Positive drainage away from the building must be provided during the construction and maintained throughout the life of the building. Infiltration of water into excavations should be prevented during construction. It is important that subgrade soils are not allowed to become excessively wet or dry. Exposed (unpaved) ground should be sloped away from the building for at least 10 feet beyond the perimeter of the building. Roof runoff and surface drainage should be collected and discharged away from the building to prevent wetting of the subgrade soils. Roof gutters should be installed and connected to downspouts and pipes directing the roof runoff at least 10 feet away from the building or discharged on to positively sloped flatwork such as the aprons. Ideally, roof drains should discharge by closed pipe into the storm drainage system. Locally, flatter grades may be necessary to transition ADA access requirements for flatwork. After building construction and landscaping, final grades should be verified to document effective drainage has been achieved. Grades around the structures should also be periodically inspected and adjusted as necessary as part of the structure's maintenance program. Where paving or flatwork abuts the structures, a maintenance program should be established to effectively seal and maintain joints and prevent surface water infiltration. Water permitted to pond next to the structures can result in greater soil movements than those discussed in this report. Estimated movements described in this report are based on effective drainage for the life of the structures and cannot be relied upon if effective drainage is not maintained. Landscape Considerations Sprinkler mains and spray heads should be located at least 10 feet away from the building such that they cannot become a potential point source of water directly adjacent to the building. Watering of vegetation should be performed in a timely and controlled manner and prolonged watering, or prolonged non -watering periods, should be avoided. Special care should be taken such that underground utilities do not develop leaks with time. The owner and landscape designer should be made aware that placing large bushes and trees adjacent to the building may cause significant moisture variations in the soils underlying the building that could cause distress. A general guideline would be to locate trees no closer than a distance equal to the mature tree height for that tree species. Planters located adjacent to the building should preferably be self-contained, or at least designed to drain away from the building. Facilities I Environmental I Geotechnical I Materials 16 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Deep Foundations Straight Drilled Shafts - Axial Capacity Straight drilled shaft foundations can be used to support the loads of the planned structures. They should be designed in accordance with the recommendations provided in the following table. Design Parameter Recommendations Bearing Stratum Gray limestone with dark gray shale seams and layers GeoModel Layer No. 3 Maximum Net Allowable End Bearing Capacity' 40,000 psf Allowable Skin Friction — Compression ' 6,000 psf Allowable Skin Friction — Tension' 4,500 psf Minimum Penetration to 2 feet or 1 shaft diameter, whichever is greater. Develop End Bearing Minimum Penetration to Below the surface of the limestone or below any Develop Skin Friction temporary casing set in the limestone, whichever is deeper. 2.5 times the diameter of the larger shaft. Closer spacing may require some reductions in skin Minimum Center -To -Center friction and/or changes in installation sequences. Spacing to Develop Full Skin Closely spaced shafts should be examined on a Friction case -by -case basis. As a general guide, the design skin friction will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1.0 diameter. Should be evaluated on a case -by -case basis by Groups of 3 or More Shafts this office. Alternative installation sequences Spaced Closer Than 2.5 Shaft may be needed to allow for a minimum of Diameters 48 hours concrete curing time, before installation of adjacent shafts. Total Settlement 2 Less than 1/2 inch Facilities I Environmental I Geotechnical I Materials 17 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Design Parameter Recommendations Differential Settlement 2 50 to 75 percent of the total settlement 1. The allowable end bearing and skin friction (both compression and tension) values are based on a safety factor of 3. 2. The foundation settlement will depend upon the variations within the subsurface profile, the structural loading conditions, and the embedment depth. Lateral Capacity The following table lists input values for use in LPILE analyses. Modern versions of LPILE provide estimated default values of kh and sso based on strength and are recommended for the project. Since deflection or a service limit criterion will most likely control lateral capacity design, no safety/resistance factor is included with the parameters. Undisturbed Moisture Design Clay and Tan Gray Conditioned Parameter Clayey Sand Limestone Limestone Clay Soils Soils LPILE Stiff clay w/o Weak Rock Weak Rock Soft Clay Material T Type free water (Reese) (Reese) Effective Unit 120 125 135 140 Weight (pcf) Undrained Cohesion, c 750 1,500 N/A N/A (psf) Initial Modulus of N/A N/A 11,500 34,000 Rock Mass, Er (Psi) Uniaxial Compressive N/A N/A 115 340 Strength (psi) Rock Quality Designation, N/A N/A 75 85 RQD (%) Krm N/A N/A 0.0005 0.0005 Facilities I Environmental I Geotechnical I Materials 18 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Soil Induced Uplift Loads Drilled shafts will be subject to uplift as a result of heave in the overlying clay soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and the in -situ moisture levels at the time of construction. The shafts must contain sufficient continuous vertical reinforcing to resist the net tensile load (soil induced uplift minus structural dead load). The drilled shafts must have enough embedment depth into the bedrock to resist the net tensile load. For the conditions encountered at this site, the uplift load can be approximated by assuming a uniform uplift of 1,800 psf over the shaft perimeter for a depth of 10 feet. If the building pad is moisture conditioned as discussed in Building Pad Preparation, a uniform uplift of 500 psf can be used if the moisture conditioned zone is in. Drilled Shafts Construction Considerations The construction of all drilled shafts should be observed by experienced geotechnical personnel during construction to confirm: 1) the bearing stratum; 2) the minimum bearing depth; 3) that groundwater seepage, if encountered, is correctly handled; and 4) that the shafts are within acceptable vertical tolerance. Recommendations for drilled shaft construction are presented in the following table. Item Recommendation Drilled Shaft Current version of American Concrete Institute's "Standard Installation Specification for the Construction of Drilled Piers" ACI 336. Specification Top Of Shaft Enlarged (mushroom -shaped) top in contact with the clays Completion should not be allowed. Drilled shaft construction should be completed within 8 hours in Time To Complete a continuous manner to reduce side wall and base deterioration. Shaft excavations should be installed using dry methods within the bearing material. The concrete should be placed in a manner to avoid striking the reinforcing steel during placement. Care should be taken to not disturb the sides and bottom of the Installation excavation during construction. The bottom of the shaft Methods excavation should be free of loose material and less than 3 inches of water before concrete placement. Concrete should be placed as soon as possible after the foundation excavation is completed, to reduce potential disturbance of the bearing surface. Facilities I Environmental I Geotechnical I Materials 19 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Item Recommendation Water seepage was observed in two of the borings and could be encountered during drilled shaft installation particularly during or following wet periods throughout the year. If groundwater is encountered, rapid placement of steel and concrete may permit shaft installation to proceed; however, Groundwater seepage rates could be sufficient to require the use of Control temporary casing or underwater placement. The casing should be seated in the limestone with all water and most of the loose material removed prior to beginning the design penetration. While withdrawing casing, care should be exercised to maintain concrete inside the casing at a sufficient level to resist earth and hydrostatic pressures acting on the casing exterior. Special The limestone is hard and may be difficult to penetrate. A Conditions contractor experienced with drilling in hard rock in a similar geologic setting should be retained for this project. The drilled shaft installation process should be performed under the observation of the Geotechnical Engineer. The Geotechnical Engineer should document the shaft installation process including soil/rock and groundwater conditions observed, consistency with expected conditions, and details of the installed shaft. Grade Beams, Pier Caps, and Wall Panels All grade beams should be supported by drilled shafts. A minimum void space of 10 inches is recommended between the bottom of grade beams, pier cap extensions, and walls panels and the subgrade soil. The void space may be reduced to 4 inches where it is found within the moisture conditioned fill. Where undisturbed limestone is exposed, a void space is not required. This void will serve to reduce distress resulting from swell pressures generated by the clay soils. Structural cardboard forms are one acceptable means of providing the void space beneath cast -in -place elements. Soil retainers should be used to prevent infilling of the void. The grade beams should be formed rather than cast against earth trenches. Backfill against the exterior face of grade beams, wall panels and pier caps should be on site materials placed and compacted as described in Fill Placement and Compaction Requirements. Facilities I Environmental I Geotechnical I Materials 20 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Footing Foundations Footing foundations can be used to support retaining walls and truck dock walls that can tolerate vertical movements. They should be designed in accordance with the recommendations provided in the following table. Design Parameters — Compressive Loads Item Bearing Stratum' Maximum Net Allowable Bearing Pressure 2 Minimum Foundation Dimensions Minimum Embedment Below Finished Grade Ultimate Passive Resistance 3 Ultimate Sliding Resistance Estimated Vertical Movement Due to Active Clay Soil Description Undisturbed native soils or properly compacted fill soils 2,000 psf 18 inches 24 inches 210 psf/ft (uniform) 0.33 About 4 inches 1. Unsuitable or soft soils should be over excavated and replaced per the recommendations presented in Earthwork. 2. The maximum net allowable bearing pressure is the pressure in excess of the minimum surrounding overburden pressure at the footing base elevation. Values assume that exterior grades are no steeper than 20% within 10 feet of structure. 3. Use of passive earth pressures require the sides of the excavation for the spread footing foundation to be nearly vertical and the concrete placed neat against these vertical faces or that the footing forms be removed and compacted structural fill be placed against the vertical footing face. Assumes no hydrostatic pressure. 4. Differential settlements are noted for equivalent -loaded foundations and bearing elevation as measured over a span of 50 feet. Footing Foundation Construction Considerations As noted in Earthwork, the footing excavations should be evaluated under the observation of the Geotechnical Engineer. The base of all foundation excavations should be free of water and loose soil, prior to placing concrete. Concrete should be placed soon after excavating to reduce bearing soil disturbance. Care should be taken to prevent Facilities I Environmental I Geotechnical I Materials 21 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon wetting or drying of the bearing materials during construction. Excessively wet or dry material or any loose/disturbed material in the bottom of the footing excavations should be removed/reconditioned before foundation concrete is placed. If unsuitable bearing soils are observed at the base of the planned footing excavation, the excavation should be extended deeper to suitable soils, and the footings could bear directly on these soils at the lower level or on lean concrete backfill placed in the excavations. The lean concrete replacement zone is illustrated in the following sketch. l�� I I I DESIGN FOOTING LEVEL $ -� LEAN RECOMMENDED$ I —I EXCAVATION LEVEL I LI I—LI-1 IJ LEAN CONCRETE BACKFILL NOTE; EXCAVATIONS ARE SHOWN VERTICAL[ HOWEVER, THE SIDEWALLS SHOULD BE SLOPED AS NECESSARY FOR SAFETY Overexcavation to suitable bearing soil below footings, if needed, should be conducted as shown in the following sketch. The overexcavation should be backfilled up to the footing base elevation with on -site soil or imported fill placed as recommended in the Earthwork section. FA ALFniul '=i 11=1 III I =1 I I zlsD w- usD DESIGNFOOTING LEVEL o STRUCTURAL D —ll FILL RECOMMENDED e, 11 EXCAVATION LEVEL-111-111-11 111 —111—III-11 —111- OVER-EXCAVATION / BACKFILL ZONE NOTE: EXCAVA7IONS ARE SHOWN VERTICAL. HOWEVER. THE SIDEWALLS SHOULD BE SLOPED AS NECESSARY FOR SAFETY Facilities I Environmental I Geotechnical I Materials 22 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ Terracon September 27, 2024 1 Terracon Project No. 94245346 Floor Slabs The finished floor is planned at elevation 718.58 feet (MSL). Terracon should be contacted if the planned grading is changed so that we may review and/or modify the recommendations presented in this report. Lightly loaded floor slabs and flatwork placed on -grade will be subject to movement because of moisture induced volume changes in the active soils that can occur following construction. The soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. Large warehouse structures typically use slab -on -grade construction with some type of subgrade preparation to reduce expected movements. If potential floor slab movements on the order of 1 inch are acceptable, the floor slab can be supported on a modified subgrade as directed in Building Pad Preparation. If floor slab movements must be limited to less than 1 inch, Terracon should be contacted for recommendations for a structural floor slab. Floor Slab and Flatwork on Modified Subgrade Slab -on -grade construction should only be considered if slab movements on the order of 1 inch are considered acceptable. If floor movements of about 1 inch are acceptable, the building floor slab can be supported on a modified subgrade that has been prepared to reduce soil movements according to the Building Pad Preparation section. The use of a vapor retarder should be considered beneath concrete slabs on grade covered with wood, tile, carpet, or other moisture sensitive or impervious coverings, when the project includes humidity -controlled areas, or when the slab will support equipment sensitive to moisture. When conditions warrant the use of a vapor retarder, the slab designer should refer to ACI 302 and/or ACI 360 for procedures and cautions regarding the use and placement of a vapor retarder. Where floor slabs are tied to perimeter walls or turn -down slabs to meet structural or other construction objectives, our experience indicates differential movement between the walls and slabs will likely be observed in adjacent slab expansion joints or floor slab cracks beyond the length of the structural dowels. The Structural Engineer should account for potential differential settlement through use of sufficient control joints, appropriate reinforcing or other means. It should be noted that excessive water from any source, during or after construction, could result in movements greater than two inches. For example, should leaks develop in underground water or sewer lines or the grades around the structure allow ponding of water, unacceptable slab movements could develop. The area around the structure must be well drained, landscape beds must not be over watered or allow ponding of water, Facilities I Environmental I Geotechnical I Materials 23 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 and utility leaks are promptly repaired. Trees should be planted at least one -mature tree height from the building. Root barriers should be installed if trees are planted closer. Floor Slab Design Parameters Item Description Floor Slab For building pad prepared with moisture conditioned soils and a Supports cap of flexible base or lime -treated soils as discussed in Building Pad Preparation. Estimated Modulus of Subgrade 100 pounds per square inch per inch (psi/in) for point loads Reaction 2 1. Modulus of subgrade reaction is an estimated value based upon our experience with the subgrade condition, the requirements noted in Earthwork, and the floor slab support as noted in this table. It is provided for point loads. For large area loads the modulus of subgrade reaction would be lower. Floor Slab Construction Considerations Finished subgrade, within and for at least 10 feet beyond the floor slab, should be protected from traffic, rutting, or other disturbance and maintained in a relatively moist condition until floor slabs are constructed. If the subgrade should become damaged or desiccated prior to construction of floor slabs, the affected material should be removed, and structural fill should be added to replace the resulting excavation. Final conditioning of the finished subgrade should be performed immediately prior to placement of the floor slab support course. The Geotechnical Engineer should observe the condition of the floor slab subgrades immediately prior to placement of the floor slab support course, reinforcing steel, and concrete. Attention should be paid to high traffic areas that were rutted and disturbed earlier, and to areas where backfilled trenches are located. Lateral Earth Pressures Design Parameters Structures with unbalanced backfill levels on opposite sides should be designed for earth pressures at least equal to values indicated in the following table. Earth pressures will be influenced by structural design of the walls, conditions of wall restraint, methods of construction, and/or compaction and the strength of the materials being restrained. Two Facilities I Environmental I Geotechnical I Materials 24 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon wall restraint conditions are shown in the following diagram. Active earth pressure is commonly used for design of free-standing cantilever retaining walls and assumes wall movement. The "at -rest" condition assumes no wall movement and is commonly used for basement walls, loading dock walls, or other walls restrained at the top. The recommended design lateral earth pressures do not include a factor of safety and do not provide for possible hydrostatic pressure on the walls (unless stated). For active pressure movement S = Surcharge (0.002 H to 0.004 H) For at -rest pressure No Movement Assumed Horizontal Finished Grade H Horizontal Finished Grade I+—P, P,-1 Retaining Wall Lateral Earth Pressure Design Parameters Earth Surcharge Equivalent Fluid Pressures Pressure Coefficient for Pressure 3 (psf) 2,4 Condition 1 Backfill Type 2 pi (psf) s Unsaturated Granular Fill - 0.31 (0.31)S (38)H Active (Ka) On Site Soils - 0.59 (0.59)S (74)H Granular Fill - 0.47 (0.47)S (55)H At -Rest (Ko) On Site Soil - 0.74 (0.74)S (93)H 1. For active earth pressure, wall must rotate about base, with top lateral movements 0.002 H to 0.004 H, where H is wall height. For passive earth pressure, wall must move horizontally to mobilize resistance. 2. Uniform, horizontal backfill, with a maximum unit weight of 120 pcf for granular fill and 125 pcf for cohesive soils. 3. Uniform surcharge, where S is surcharge pressure. 4. Loading from heavy compaction equipment is not included. 5. To achieve "unsaturated" conditions, follow guidelines Wall Drainage Considerations. Backfill placed against structures should consist of granular soils or low plasticity cohesive soils. For the granular values to be valid, the granular backfill must extend outward at least 2 feet from the base of the wall and then upward on a 1H:1V slope. The top of the backfill should be protected by flatwork/paving or a minimum thickness of 2 feet of clay fill (PI>30) to reduce surface water infiltration. Facilities I Environmental I Geotechnical I Materials 25 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon Footings, floor slabs or other loads bearing on backfill behind walls may have a significant influence on the lateral earth pressure. Placing footings within wall backfill and in the zone of active soil influence on the wall should be avoided unless structural analyses indicate the wall can safely withstand the increased pressure. The lateral earth pressure recommendations given in this section are applicable to the design of rigid retaining walls subject to slight rotation, such as cantilever, or gravity type concrete walls. These recommendations are not applicable to the design of modular block - geogrid reinforced backfill walls (also termed MSE walls). Recommendations covering these types of wall systems are beyond the scope of services for this assignment. However, we would be pleased to develop a proposal for evaluation and design of such wall systems upon request. Wall Drainage Considerations The "unsaturated" earth pressures presented in the previous table were developed based on the assumption that the walls are drained. Drainage must be provided behind the walls to prevent the development of hydrostatic pressures. A vertical drain is recommended behind the walls. This drain may consist of a manufactured drainage panel or an aggregate drain. The aggregate drain should meet the graduation requirements presented in Fill Material Types for granular backfill. For walls associated with the structure, the vertical drain should be connected to a permanent perimeter drainage system that is located at the base of the wall. Drainage for free standing walls can be provided by using a collector pipe or weep holes near the base of the wall. The perimeter drain should be a perforated or slotted drain with a minimum pipe diameter of 6 inches. The pipe should be surrounded with at least 6 inches of drainage rock. The drainage rock should be wrapped with an effective geotextile for protection against infiltration. Accessible clean -outs should be provided. Wall Backfill Settlement Settlement of the wall backfill should be anticipated. Piping and conduits through the fill should be designed for potential soil loading due to fill settlement. Flatwork, sidewalks and pavements over fills may also settle. Backfill compacted to the density recommended above is anticipated to settle on the order of one to two percent of the fill thickness. Facilities I Environmental I Geotechnical I Materials 26 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Pavements Parking and Drive Lane Pavement Subgrades Subgrade materials at this site will most likely consist of clay soils. Portland cement concrete pavements in employee parking and drive areas situated north of the building can be placed on unmodified, properly compacted subgrade. In the truck court areas, we recommend that the subgrade be lime treated. The pavement subgrades should be proof rolled as discussed in Site Preparation. The exposed pavement subgrade should be scarified to a depth of 6 inches and uniformly compacted to the criteria described in Fill Placement and Compaction Requirements. For the lime treatment of the pavement subgrade, a minimum of 8 percent hydrated lime (TxDOT Item 260), by dry weight, is estimated for treating the subgrade soil. The lime application rate should be determined by laboratory testing once the pavement subgrade is rough graded. The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade and uniformly compacted to the criteria described in Fill Placement and Compaction Requirements. Lime treatment should extend a minimum of 1 foot beyond the edge of the pavement. Where limestone is present at the pavement subgrade, we recommend the limestone be excavated to allow placement of 4 inches of flexible base material or processed on -site limestone to provide a relatively smooth pavement subgrade to act as a bond breaker between the portland cement concrete and underlying limestone. Pavement subgrades should be protected and maintained in a moist condition until the pavement is placed. Pavement subgrades should be graded to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement subgrade surface. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Support characteristics of the subgrade for pavement design do not account for shrink/swell movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. Facilities I Environmental I Geotechnical I Materials 27 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ Terracon September 27, 2024 1 Terracon Project No. 94245346 Pavement Sections Design of portland cement concrete (PCC) pavements are based upon American Concrete Institute (ACI) 330-21 - Commercial Concrete Parking Lots and Site Paving Design and Construction - Guide. Detailed traffic loads and frequencies were not available; however, we anticipate that traffic will consist primarily of passenger vehicles in the parking areas and passenger vehicles combined with emergency vehicles, occasional garbage trucks, service trucks, and delivery trucks in driveways. If heavier traffic loading is expected or other traffic information is available, Terracon should be provided with the information and allowed to review the pavement sections provided herein. The anticipated ACI traffic categories (per ACI 330-21) and daily truck traffic will be assumed to consist of: ■ Category A: Car parking areas and access lanes, 2 trucks per day ■ Category B: Entrance and truck service lanes, 10 trucks per day ■ Category D: Heavy duty trucks, 10/100/500 trucks per day ■ Category E: Garbage, dumpster pads, and fire truck lanes The pavement design period is 20 years. The following tables provide our estimated minimum thickness of PCC pavements. Employee Parking Areas Thickness (inches) Layer Traffic Category A Traffic Category B 2 PCC 51 61 1 71 Compacted Subgrade 6 6 6 1. The section should be reinforced with No. 3 bars on 18-i h-h h hudl directions. 2. Traffic Category E will withstand the axle loading of an 85,000-pound fire truck weight. Used for Fire Lane Facilities I Environmental I Geotechnical I Materials 28 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon Truck Court Areas (Traffic Category D - Heavy Duty Trucks) Pavement Thickness over 6 inches of Lime Treated Subgrade 61 71 82 1. The section should be reinforced with No directions. 2. The section should be reinforced with No Allowable Daily Tractor Trailer Repetitions 10 100 500 3 bars on 18-inch centers in both 3 bars on 14-inch centers in both directions. Used for truck court The PCC should have a minimum 28-day compressive strength of 3,500 areas contain a minimum of 4.5f1.5 percent entrained air. Refer to ACI 330 "Guide for Design and Construction of Concrete Parking Lots" for more information concerning joint spacing, joint depth, joint location, etc. The soils in this region may contain high level of sulfates. Sulfates can react with lime to form ettringite crystals that can lead to heave of pavements and premature pavement failure. Sulfate tests performed at the time of our investigation indicated sulfate less than 100 ppm. If lime treatment of the pavement subgrade is performed, the surface soils should be tested for sulfates after rough grading is complete. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered to be suitable for lime treatment in the conventional manner using a single lime application. When sulfate concentrations are higher than about 3,000 ppm, there is risk of lime/sulfate induced heave occurring. Pavement Maintenance The pavement sections represent minimum recommended thicknesses and, as such, periodic upkeep should be anticipated. Preventive maintenance should be planned and provided for through an on -going pavement management program. Maintenance activities are intended to slow the rate of pavement deterioration and to preserve the pavement investment. Pavement care consists of both localized (e.g., crack and joint sealing and patching) and global maintenance (e.g., surface sealing). Additional engineering consultation is recommended to determine the type and extent of a cost- effective program. Even with periodic maintenance, some movements and related cracking may still occur, and repairs may be required. Pavement Design Considerations Proper joint spacing will be required to prevent excessive slab curling and shrinkage cracking. Joints should be sealed to prevent entry of foreign material and doweled where Facilities I Environmental I Geotechnical I Materials 29 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Terracon necessary for load transfer. PCC pavement details for joint spacing, joint reinforcement, and joint sealing should be prepared in accordance with ACI 330 and ACI 325. Where practical, we recommend early -entry cutting of crack -control joints in PCC pavements. Cutting of the concrete in its "green" state typically reduces the potential for micro -cracking of the pavements prior to the crack control joints being formed, compared to cutting the joints after the concrete has fully set. Micro -cracking of pavements may lead to crack formation in locations other than the sawed joints, and/or reduction of fatigue life of the pavement. Openings in pavements, such as decorative landscaped areas, are sources for water infiltration into surrounding pavement systems. Water can collect in the islands and migrate into the surrounding subgrade soils thereby degrading support of the pavement. Islands with raised concrete curbs and irrigated foliage are particular areas of concern. The civil design for the pavements with these conditions should include features to restrict or collect and discharge excess water from the islands. Examples of features are edge drains connected to the stormwater collection system, longitudinal subdrains, or other suitable outlets and impermeable barriers preventing lateral migration of water such as a cutoff wall installed to a depth below the pavement structure. Pavement performance is affected by its surroundings. In addition to providing preventive maintenance, the civil engineer should consider the following recommendations in the design and layout of pavements: ■ Final grade adjacent to paved areas should slope to prevent ponding of water. ■ Subgrade and pavement surfaces should be sloped to promote proper surface drainage. ■ Install joint sealant and seal cracks immediately. ■ Seal all landscaped areas in or adjacent to pavements to reduce moisture migration to subgrade soils. ■ Compacted, on site clay soils should be used as backfill against the exterior side of curb and gutter. ■ Place curb, gutter and/or sidewalk directly on clay subgrade soils rather than granular material. General Comments Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Facilities I Environmental I Geotechnical I Materials 30 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Terracon Geotechnical Engineer, as noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on -site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third - party beneficiaries intended. Any third -party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client and is not intended for third parties. Any use or reliance on the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is made at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly affect excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety and cost estimating including excavation support and dewatering requirements/design are the responsibility of others. Construction and site development have the potential to affect adjacent properties. Such impacts can include damages due to vibration, modification of groundwater/surface water flow during construction, foundation movement due to undermining or subsidence from excavation, as well as noise or air quality concerns. Evaluation of these items on nearby properties are commonly associated with contractor means and methods and are not addressed in this report. The owner and contractor should consider a preconstruction/precondition survey of surrounding development. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Facilities I Environmental I Geotechnical I Materials 31 Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Figures Contents: GeoModel (7 pages) terracon Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 ferracon 901 John W Carpenter Fwy Ste 100 Dallas, TX GeoModel /[b B-1 B-5 B 6 2 B-2 B-4 720 ....... ......... 1 8.3 ........... 2........ ... 4........ 3..........B17 ............................................ a 4 ......... a........ B-8 2 B-9 710 ....... 13....... ........... 2 .. ...... ............ ....14....... 2 ......... .� ...... 12..13... 13 1. 12 705 ....... ......... ......... ......... 2 ....10....... 1 .......... w 19 10 J 700 ....... 3 ............ 3 ....... 2 .13.... 3 3 3 695 ....... ........... 3 ..... 3 ............ ......... z 0 3 Q 690 ....... ......... ......... ........... ....... ........... ............ ....... w 35 35 35 35 35 w685 .......................................... 5............................................................ 35...... .......... 3 .......... 680.................................................................................................................................. ....... 675.................................................................................................................................................... ....... 40 670................................................................................................................................................................... 66F This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description Legend Fat Clay (CH) and Lean Clay (CL), with limestone ® Fat Clay ® Weathered 1 Overburden Soil fragments and calcareous nodules, dark brown, brown, Limestone light brown and gray ® Limestone E] Lean Clay 2 Weathered Bedrock Limestone, weathered, with clay layers, tan 3 Bedrock Limestone, with interbedded dark gray shale seams and layers, gray J7 First Water Observation = Second Water Observation Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible overtime. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 ferracon 901 John W Carpenter Fwy Ste 100 Dallas, TX GeoModel /L5 B 10 B-14 B 13 .2........ B 15 1 4 1 1 1 1 4 1 2 B-16 3 715 ....... ............ ............ ........... ........... ............ ............. . ............. .B-17........ 2 2 2 2 2 2 1 710 ....... .. ........... .............. 24 ............ ...... 12 12 12 12 13 2 r705 ....... ............ ............... ............ ? �.......... ............ 13 ......... 41 w 11 .. 700 ....... ............... ............ ............ ........... ............. J f3 3 3 3 ............... ............... 3 ............... ............. ............... ...... 0 3 3 ............ ............ 3 > w J35 w 685 ....... ......... 5......... ......... 35......... ........... 35.......... ..35.680 ..........135 ...... 40 ....................................................................................................................................................... 675................................................................................................................................................................... 670................................................................................................................................................................... 66F This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description Legend Fat Clay (CH) and Lean Clay (CL), with limestone ®Fat Clay ® Weathered 1 Overburden Soil fragments and calcareous nodules, dark brown, brown, Limestone light brown and gray ® Limestone E] Lean Clay 2 Weathered Bedrock Limestone, weathered, with clay layers, tan 3 Bedrock Limestone, with interbedded dark gray shale seams and layers, gray First Water Observation = Second Water Observation Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible overtime. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 GeoModel ferracon 901 John W Carpenter Fwy Ste 100 Dallas, TX /L5 720 ........ B-1-8............................................................ ..8.22 ........... B,24........................................... 1 2 1 2 B-20 B-21 1 1 2 1 B-25 24 2 1 2 24 1 �..... 710 ....... ......... ........... ............. ......... 2 .......... ......... ......... 2 ......... 2 ^ 12 2 10 13 13 121 a 705 ....... ......... .??....... .. 1.3....... .. 13 ...... ......... ......... ......... ..12....... ...... � 11 .. 700 ....... ............ ............. .......... ............. J ... ......... .. ........ 0 3 a 3 a690 ....... ......... ............. 3 ......... .. ......... ......... .......... ......... 3 .......... > W w 685 ....... 35 ...... 35....... ......... .........35....... ................ 35 3535 .. ....... ff.' 35 680.......................................................................................................................................... ....... 40 35 675................................................................................................................................................................... 670................................................................................................................................................................... 66F This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description Legend Fat Clay (CH) and Lean Clay (CL), with limestone ®Fat Clay ® Weathered 1 Overburden Soil fragments and calcareous nodules, dark brown, brown, Limestone light brown and gray ® Limestone E] Lean Clay 2 Weathered Bedrock Limestone, weathered, with clay layers, tan 3 Bedrock Limestone, with interbedded dark gray shale seams and layers, gray First Water Observation = Second Water Observation Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible overtime. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 GeoModel ferracon 901 John W Carpenter Fwy Ste 100 Dallas, TX /L5 720................................................................................................................................................................... B-27 B-28 B-31 B-32 B-33 715 ....... ............ 1 7............g.29..............B, 30............. 1 1 z........... 1 ... �. 4 1 710 ....... 2 ............ 21 ............11.4 s.......... 1 ............ ............. 2 ...... 2 . ............ ......... 2...1........... r705....... ??.......... 77.....8.............. ........... 12.......... ............2.. ....... y 13 N 2 .. 700 ....... ............... .. ..................... _ ........... ................ ............ ............ .. ..1.?.... J 2 � 18 f 3 0 3 3 a 690 ....... ............... .......... 3 3 > W w 685 ....... 3 ............... ............ ............... .......... 35 35 35 35 35 680............................................... 35......... ....................................................................... ........ 35 675................................................................... o..................................................................................... 670................................................................................................................................................................... 66F This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description Legend Fat Clay (CH) and Lean Clay (CL), with limestone Lean Clay ® Weathered 1 Overburden Soil fragments and calcareous nodules, dark brown, brown, Limestone light brown and gray ® Limestone ®Fat Clay 2 Weathered Bedrock Limestone, weathered, with clay layers, tan 3 Bedrock Limestone, with interbedded dark gray shale seams and layers, gray First Water Observation = Second Water Observation Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible overtime. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 GeoModel ferracon 901 John W Carpenter Fwy Ste 100 Dallas, TX /L5 720................................................................................................................................................................... 715 ....... B-35 B-36 ....... .B.-37.............................................. B-41 B.-.42.......................... 2 1........ 1702 B-38 B-39 1.-40.......... 21 1......... 710 ....... ......... 2 ................... .. ......... ....... ......... 41 13 2 12 12 6 w 13 V700 ....... ......... .......... ......... .......'13 ....... ............ ............ ............. .. ....... J 1 14 21 2 695 ....... � ?....... ...... z ° 3 3 3 3 3 17 a 690 ....... ......... .......... ......... 3 ...... ............ ......... ....... W-T 3 ....... .. .......... 3 680 .............. 35 ........................... 35 35....... .......... ... 35....... ,3b....... 85....... 3 ... ....... 35 675............................................................................. .............................................................. ....... 40 670.................................................................................................................................................... .. 40.... 66F This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description Legend Fat Clay (CH) and Lean Clay (CL), with limestone ®Fat Clay ® Weathered 1 Overburden Soil fragments and calcareous nodules, dark brown, brown, Limestone light brown and gray ® Limestone E] Lean Clay 2 Weathered Bedrock Limestone, weathered, with clay layers, tan 3 Bedrock Limestone, with interbedded dark gray shale seams and layers, gray J7 First Water Observation = Second Water Observation Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible overtime. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 ferracon 901 John W Carpenter Fwy Ste 100 Dallas, TX GeoModel P-1 P-3 720 ....... ...... 4..... 12*�O.� ..................................................................................................................... ,�3P-42P-8 P 11 10 11 P 9 P-10 ............................................ 24 ....... 71.0 P-6 � a � 705................................................................P-5....... ....................... 10...2.. 10...2 2 .1..... 1 10 700............................................................... ......... ........................ {/1 1 10 s Z 10 0 .. 10 w w685................................................................................................................................................................... 680 675................................................................................................................................................................... 670 66F This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name 1 Overburden Soil 2 Weathered Bedrock 3 Bedrock First Water Observation = Second Water Observation General Description Fat Clay (CH) and Lean Clay (CL), with limestone fragments and calcareous nodules, dark brown, brown, light brown and gray Limestone, weathered, with clay layers, tan Limestone, with interbedded dark gray shale seams and layers, gray Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible overtime. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. Legend ® ®Weathered Fat Clay Limestone ❑ Lean Clay NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 ferracon 901 John W Carpenter Fwy Ste 100 Dallas, TX GeoModel /[b P-13 DP-..1 ........ P-12 715 ....... ......21. ...................................................................................................................... 1 10 P-14 12— 710 ....... ............................................................... P.-.1&................................................. 1110 P-17 1 3 705......................................... .................... P19................................... .1.�.... w 1 P-16 1 2 P-20 700 ................................................. .� o ... 110 ...... .6 .... 10... 1 3....................... 3.. 2n .... 695......................................................................°................. 2 ...... ...................................... Z 10 8 P-21 O = 8.9 1 690...................................................................................................................................... ' W w685...................................................................................................................................... ..................... 10 680................................................................................................................................................................... 675................................................................................................................................................................... 670 66F This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name 1 Overburden Soil 2 Weathered Bedrock 3 Bedrock First Water Observation = Second Water Observation General Description Fat Clay (CH) and Lean Clay (CL), with limestone fragments and calcareous nodules, dark brown, brown, light brown and gray Limestone, weathered, with clay layers, tan Limestone, with interbedded dark gray shale seams and layers, gray Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible overtime. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. Legend ® Fat Clay ❑ Lean Clay ®Weathered ® Limestone Limestone NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Attachments ierracon Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas ■ ierracon September 27, 2024 1 Terracon Project No. 94245346 Exploration and Testing Procedures Field Exploration Approximate Boring Designation Boring Depth Location (feet) B-5, B-9, B-14, B-20, B-39, B-43 40 B-1, B-2, B-3, B-4, B-6, B-7, B-8, B-10, B-11, B-12, B-13, B-15, B-16, B-17, B-18, B-19, B-21, B-22, B-23, B-24, B-25, B-26, B-27, B-28, B-29, 35 Building area B-31, B-32, B-33, B-34, B-35, B-36, B-37, B-38, B-40, B-41, B-42 B-30 30 DP-1 20 Detention pond P-1 through P-21 9 to 10 Pavement areas Boring Layout and Elevations: Boring layout and ground surface elevations were provided by Westwood Professional Services. Subsurface Exploration Procedures: We advanced the borings with a truck -mounted rotary drill rig using continuous flight augers (solid stem and/or hollow stem, as necessary, depending on soil conditions). Samples were obtained at 2 feet intervals in the upper 10 feet of each boring and at intervals of 5 feet thereafter using push tube sampling and split -spoon sampling procedures. In the push tube sampling procedure, a seamless steel tube with a sharp cutting edge was pushed hydraulically into the soil to obtain a relatively undisturbed sample. In the split -spoon sampling procedure, a standard 2-inch outer diameter split -spoon sampler was driven into the ground by an automatic hammer. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The load -carrying capacity of bedrock was evaluated in place by the Texas Department of Transportation (TxDOT) cone penetration test. We observed and recorded groundwater levels during drilling and sampling. The groundwater levels are shown on the attached boring logs, if observed. For safety purposes, all borings were backfilled with auger cuttings after their completion. Pavements were patched with cold -mix asphaltic concrete and/or bagged portland cement concrete, as appropriate. The sampling depths, penetration distances, SPT resistance values (N-values), and other sampling information was recorded on the field boring logs. The samples were placed in Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 ierracon appropriate containers and taken to our soil laboratory for testing and classification by a Geotechnical Engineer. Our exploration team prepared field boring logs as part of the drilling operations. These field logs included visual classifications of the materials observed during drilling and our interpretation of the subsurface conditions between samples. Final boring logs were prepared from the field logs. The final boring logs represent the Geotechnical Engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests. The laboratory testing program included the following types of tests: ■ Water (moisture) content ■ Liquid limit, plastic limit, and plasticity index ■ Absorption swell tests ■ Soluble sulfates The laboratory testing program often included examination of soil samples by an engineer. Based on the results of our field and laboratory programs, we described and classified the soil samples in accordance with the Unified Soil Classification System. The results of the laboratory tests are presented on the individual boring logs, tables, or graphs in Exploration and Laboratory Results. Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Site Location and Exploration Plans Contents: Site Location Plan Exploration Plan ierracon Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 Site Location .N i Wrerracon ��.��...1� r Ik - 16 ---- - ■ �x. ■ ♦ Historical Terracon Project IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS Facilities I Environmental I Geotechnical Materials Geotechnical Engineering Report Westport 24 i Fort Worth, Texas Verracon September 27, 2024 i Terracon Project No. 94245346 Exploration Plan r VP 9-25 B-fir B-15 24 8-33 B-42 *V/ * P-20 P-24 - B-5 B-14 �32 ,P-8 / 8-8-41 r w 4 B-13 c B-31 B P- B-12 PJ4,c �' F 21 8-30 8-34 B 2 B 11 B-29 P-17 `. B-38 }1 B 10 P-1 8-19 8-28 B-3- ' QN ' n= 8-27 B 36 k P-15 i B-35 DP-1 -12 _- - Z J `V M} " .•� � �Building Boring Location Pavement Boring Location Detention Pond Boring Location i DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS Facilities i Environmental i Geotechnical i Materials Exploration and Laboratory Results Contents: Boring Logs (B-1 through B-43, P-1 through P-21, DP-1) Summary of Swell Tests Summary of Soluble Sulfate Tests Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.00810 Longitude:-97.34030 v � v fl- 0 0 � C7 3 Boring Log No. B-1 Depth (Ft.) Elevation: 722.67 (Ft.) +/- FAT CLAY (CH), brown, hard y i Y J Cc~ a y E v� >� 0 LL > O 4.5+ (HP) 720.67 LIMESTONE, weathered, with clay layers, , 100/3.25" tan — 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet Strength Test o w Atterberg v U Limits = QJ y t > y 0,M d c N c v C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v _ 1 100/2.5" 5- hill, 100/2.25" 10- 709.67 _ , 100/1.25" 1 5— , 100/1.25" 20- 100/1.0" 2 5-hL hL 100/0.5" 30- 687.67 35-, 100/0.75" 14.0 70-24-46 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered D. Lemar Boring Started 08-29-2024 Abandonment Method BoringCo Completed g Co Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-2 ration: See Exploration Plan y a) itude: 33.00861 Longitude: 97.33970 a J'cc ~ m y a y n E v oc �-0 O N LL Dth (Ft.) Elevation: 720.85 (Ft.) +/- FAT CLAY (CH), brown, hard LIMESTONE, weathered, with clay layers, tan 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet — 4.5+ (HP) — 4.5+ (HP) 716.85 _ \ 100/1.0" 5- 710.85 1 G \ 100/1.5" \ 100/1.0" 15— \ 100/1.25" 20- \ 100/0.75" 25- \ 100/1.0" 30- 685.85 3 5-, 100/0.75" Strength Test o w Atterberg v U Limits = QJ M y t > y 0, c N c v O LL-PL-PI a LL E I— Ln v 9.6 19.4 70-23-47 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered Costilla Boring Started 08-26-2024 Abandonment Method Boring Completed Boring backfilled with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-3 p, Location: See Exploration Plan a) ai o u Latitude: 33.00900 Longitude:-97.33920 H Ul mto N £ � N pv[ C7 p LL Depth (Ft.) Elevation: 718.89 (Ft.) �,A FAT CLAY (CH), brown, hard LIMESTONE, weathered, with clay layers, tan 0 LIIESTONE, with interbedded dark gray shhalle seams and layers, gray 0 Boring Terminated at 35 Feet — 4.5+ (HP) — 4.5+ (HP) 714.89 _ 100/2.75" 5- , 100/1.25" 1 706.89 _ , 100/1.0" 15— , 100/1.25" 20-- hill,100/0.75" 25- \ 100/1.0" 30- 683.89 35-, 100/0.5" Strength Test o w Atterberg v U Limits = QJ M y 0, d c N c C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v 22.3 23.7 78-26-52 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered D. Lemar Boring Started 08-29-2024 Abandonment Method Boring Completed Boring backfilled with soil cuttings upon completion. 08-29-2024 Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 V90mmacon arpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.00950 Longitude:-97.33870 v � v fl- 0 0 � C7 3 Boring Log No. B-4 Depth (Ft.) Elevation: 720.85 (Ft.) +/- FAT CLAY (CH), brown, hard i Q ~ Y J M a y E v� >� 0 � > O 718.85 _ LIMESTONE, weathered, with clay layers, , 100/4.0" tan — 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet Strength Test o w Atterberg v U Limits = QJ y t > y 0,M d c N c v C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v hL 100/0.75" 5- hL 100/0.5" 10-- 707.85 , 100/0.75" 1 5-- 20 , 100/1.25" 100/0.5" 2 5- , 100/0.75" 3 0 685.85 35-, 100/0.75" 15.7 69-24-45 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater encountered @13' while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Groundwater observed @19' at completion of Hammer Type drilling Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-21-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-5 p, Location: See Exploration Plan a) ai o u Latitude: 33.01000 Longitude:-97.33820 H Ul m N £ � N pv[ 2: U n LL Depth (Ft.) Elevation: 722.44 (Ft.) +/- LEAN CLAY CHI,, with calcareous nodules, brown to light brown, hard — 4.5+ (HP) LIMESTONE, weathered, with clay layers, tan 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet — 4.5+ (HP) 718.44 _ 5- 100/2.5" , 100/2.5" 1 0 , 100/1.75" 15— 706.44 _ , 100/1.25" 20 100/1" 25-kL \ 100/0.75" 30- 687.44 3 r 100/0.5" Strength Test o w Atterberg v = U Limits � QJ c JJ v ]. y p +-' .-. d c N c M C L O1 i a LL a`y m LL-PL-PI �� CL a� V E U I— t n v 15.0 9.0 42-19-23 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered D. Lemar Boring Started 08-28-2024 Abandonment Method Boring Completed Boring backfilled with soil cuttings upon completion. 08-28-2024 Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 V90mmacon arpenter Fwy Ste 100 Dallas, TX Boring Log No. B-6 o Location: See Exploration Plan J u Latitude: 33.01050 Longitude:-97.33770 v � v fl- :pth (Ft.) Elevation: 721.51 (Ft.) +/- FAT CLAY (CH), brown, hard a+ y i Y J M ~ a >� y E v ooc > 0 O 719.51 _ LEAN CLAY (CLI, with limestone seams, tan, 718.51 47/12.0" hard `IMESTONE, weathered, with clay layers, tan , 100/0.75" 0 LESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet 5 10- , 100/0.75" 707.51 _ 15- , 100/0.75" 20- , 2 5- , 3 0- , 686.51 3 5---- 100/1.25" Strength Test o w Atterberg v U Limits = QJ y t > y 0,M d c N c v C a LL O1 LL-PL-PI CL �� a� a+`y m Et V U H n v 100/0.S" 1 100/0.75" 100/1.01, 14.2 63-22-41 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-23-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-7 p, Location: See Exploration Plan a) ai o u Latitude: 33.01090 Longitude:-97.33720 H Ul 'O O_ mto Q N N £ � N pv[ C7 p LL Depth (Ft.) Elevation: 718.53 (Ft.) +/- //� FAT CLAY (CH), with limestone fragments, brown, hard — 4.5+ (HP) LIMESTONE, weathered, with clay layers, tan 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet 4.5+ (HP) 714.53 \ 100/2.75" 5- \ 100/1.5" 1 706.53 _ \ 100/0.75" 1 5-- \ 100/1.0" 20- \ 100/0.75" 2 5- \ 100/0.75" So- 683.53 35-, 100/0.5" Strength Test o w Atterberg v U Limits = QJ JJ 0, d c N c M C O1 a LL a`y m LL-PL-PI �� CL a� V E U I— t n v 17.1 20.4 78-27-51 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered Costilla Boring Started 08-21-2024 Abandonment Method Boring Completed Boring backfilled with soil cuttings upon completion. 08-21-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-8 p, Location: See Exploration Plan a) a o u Latitude: 33.01140 Longitude:-97.33670 H Ul 'O O_ mto Q N N £ � N pv[ C7 p LL Depth (Ft.) Elevation: 714.78 (Ft.) FAT CLAY (CH), with limestone fragments, brown, hard — 4.5+ (HP) — 4.5+ (HP) 1 5 — 4.5+ (HP) .0 708.78 _ LEAN CLAY (CL), light brown and gray, very stiff to hard — 3.75 (HP) — 4.5+ (HP) 0.0 704.78 LIMESTONE, weathered, with clay layers, 10- 2 tan — 2.0 702.78 LIMESTONE, with interbedded dark gray _ shale seams and layers, gray — Strength Test o w Atterberg v = U Limits QJ JJ 0, d c N c M C O1 a LL a+`y m �� LL-PL-PI CL a� E U I— n v 15.1 84-30-54 21.3 22.5 17.7 42-17-25 18.6 , 100/1.5" 15- , 100/1.0" 20- 3 100/1.0" 2 5- , 100/0.75" So- 15.0 679.78 35—, 100/0.75" Boring Terminated at 35 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by Costilla Boring Started 08-20-2024 Boring Completed 08-20-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-9 p, Location: See Exploration Plan o ,-, y a n I Strength Test ,-. o Atterberg Limits u_ Latitude: 33.01180 Longitude:-97.33620 c N H a > s p; +� _ 0 v a�i L m t v m N n E a ^ v > ~ Nr �' ° c N c MN Zrn p'v vLL LL-PL-PI a O LL QJ E U Depth (Ft.) Elevation: 710.94 (Ft.) +/- ~ Ln U FAT CLAY (CH), brown, hard — 4.5+ (HP) 18.5 81-28-53 — 4.5+ (HP) 23.0 4.0 706.94 _ LEAN CLAY (CL), light brown and gray, very stiff to hard 5 — 4.5+ (HP) 15.8 33-17-16 — 4.0 (HP) 18.4 — 3.0 (HP) 14.1 0.0 // 700.94 1 LIMESTONE, weathered, with clay layers, tan — 3.0 697.94 LESTONE, with interbedded dark gray shale seams and layers, gray , 100/5.5" 15- , 100/1.75" Z0 100/1.0" 2 5- 100/1.5" 30- 100/0.75" 35- 40.0 670.94 40- - 100/0.75" Boring Terminated at 40 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered Costilla Boring Started 08-20-2024 Abandonment Method Completed Co Boring backfilled with soil cuttings upon completion. Boring Boring Co Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.00800 Longitude:-97.33960 v � v fl- o ° � C7 Depth (Ft.) Elevation: FAT CLAY CH), with limestone frag brown, har LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-10 720.13 ments, yers, a)+ y i J Cc~ Y a a)E v� >� > 0 O LL (Ft.) — 4.5+ (HP) 716.13 _ \ 100/1.5" 5- \ 100/1.75" 1 0- 708.13 _ ray \ 100/1.75" 1 5 \ 100/1.25" 20- \ 100/0.75" 2 5- \ 100/0.75" So- 685.13 35-, 100/0.75" Strength Test o w Atterberg v = U Limits QJ � C t JJ v > y 0,M d c N c v C O1 �� LL-PL-PI a LL CL a� a`y m E t V U I— n v 8.0 8.8 62-22-40 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Costilla Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.00850 Longitude:-97.33910 v � v fl- o ° � C7 Depth (Ft.) Elevation: FAT CLAY CH), with limestone frag brown, har LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-11 718.98 ments, yers, a)+ y i J Cc~ Y a a)E v� >� > 0 O LL (Ft.) — 2.5 (HP) 714.98 _ , 100/3.25" 5- , 100/2.0" 1 706.98 _ ray , 100/1.75" 1 5-- , 100/1.0" to- 100/1.25" 2 5-hL , 100/1.5" 3 0— 683.98 35-, 100/1.0" Strength Test o w Atterberg v = U Limits QJ JJ > y 0,M d c N c v C t O1 a LL a`y m �� LL-PL-PI CL a� E t V U I— n v 10.7 22.7 69-24-45 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Costilla Boring Started 08-22-2024 Method Boring Completed with soil cuttings upon completion. 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-12 a) Location: See Exploration Plan y a) v o a c 0. '-' u Latitude: 33.00900 Longitude:-97.33860-J m H Ul � N £ N pv[ m C7 p LL Depth (Ft.) Elevation: 718.87 (Ft.) +/- FAT CLAY (CH), dark brown, hard LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet 4.5+ (HP) 715.87 4.5+ (HP) yers, — , 100/3.0" 5- 1 , 100/4.0" 706.87 _ ray 1 Er- , 100/1.25" to- , 100/1.5" 2 5-hL 100/0.5" So- , 100/0.75" 683.87 35-, 100/0.5" Strength Test o w Atterberg v = U Limits QJ � M c y v 0, d c N c C O1 �� LL-PL-PI a LL CL a� a+`y m Et V U H n v 17.2 79-27-52 19.1 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by J.Sanchez Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 V90mmacon arpenter Fwy Ste 100 Dallas, TX Boring Log No. B-13 o Location: See Exploration Plan J Latitude: 33.00950 Longitude:-97.33810 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 719.89 (Ft.) +/- FAT CLAY (CH), brown, hard y i ~ Y J M a y E v� >� 0 LL > O ( 717.89 _ LIMESTONE, weathered, with clay layers, , 100/3.75" tan — 100/3.0" 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet 5 10- 100/2.25" 707.89 _ 1 , 100/1.25" 20- , 2 5- , 3 0- , 684.89 35—, 100/1.0" Strength Test o w Atterberg v U Limits = QJ y t > y 0,M d c N c v C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v 100/0.5" 1 100/0.5" 1 100/0.5" 15.6 73-26-47 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered D. Lemar Boring Started 08-28-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-14 a) Location: See Exploration Plan y a) v o a c 0. '-' u Latitude: 33.00990 Longitude:-97.33760—J m H Ul � N £ N pv[ mto C7 p LL Depth (Ft.) Elevation: 720.87 (Ft.) +/- FAT CLAY (CH), brown and gray, hard LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 40 Feet 4.5+ (HP) 4.5+ (HP) 716.87 _ yers, 5- 100/2.75" 10-- , 100/2.0" 15— , 100/0.75" 704.87 _ ray — to- , 100/0.25" 25- 100/0.75" So- \ 100/1.0" 35- \ 100/1.0" 680.87 100/0.75" Strength Test o w Atterberg v = U Limits QJ � c y v ]. y p +-' .-. d c N c M C L O1 i a LL a`y m �� LL-PL-PI CL a� E t V U I— n v 16.4 15.1 65-22-43 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by D. Lemar Boring Started 08-28-2024 Method Boring Completed with soil cuttings upon completion. 08-28-2024 Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.01040 Longitude:-97.33710 v � v fl- 0 0 � C7 3 Boring Log No. B-15 Depth (Ft.) Elevation: 719.64 (Ft.) +/- FAT CLAY (CH), with limestone fragments, y i J Cc~ Y a y E v� >� > 0 O LL 4.5+ (HP) brown, har — , 717.64 35/12.0" LIMESTONE, weathered, with clay layers, tan — 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet Strength Test o w Atterberg v U Limits = QJ y t > y 0,M d c N c v C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v 9.5 _ 1 100/0.75" 5- , 100/6.5" 10- 706.64 , 100/0.5" 15— , 100/0.75" 20- hL 100/0.5" 2 5- , 100/0.75" 30-- 684.64 35-, 100/0.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-23-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.01090 Longitude:-97.33650 v � v fl- o ° 2: U Depth (Ft.) Elevation: LEAN CLAY (CU, brown, hard aLIMESTONE, weathered, with clay la n 0 LESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-16 717.00 yers, a)+ y i J Cc~ Y a a)E v� >� > 0 O (Ft.) 716 , 100/2.0" 100/1.25" 5- \ 100/0.75" 10-- 704 _ ray , 100/1.0" 1 , 100/1.5" 2 0 100/0.75" 25- \ 100/1.0" 30- 682 3 5 100/0.75" Strength Test o w Atterberg v U Limits = QJ y > y 0,M d c N c v C t O1 a LL a+`y m LL-PL-PI �� CL a� Et V U H n v 7.8 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Costilla Boring Started 08-21-2024 Method Boring Completed with soil cuttings upon completion. 08-21-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.01130 Longitude:-97.33600 v � v fl- o ° 2: U Depth (Ft.) Elevation: J LEAN CLAY (CL), with limestone frag brown, hard `JMESTONE, weathered, with clay la an lay 0 LJIESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-17 713.54 a)+ J Cc~ a a)E v� >� > 0 O (Ft.) ments, 712.54 Strength Test o w Atterberg v = U Limits � QJ C JJ v > y N d c M v C t� LLc a a` LL -PL-PI aE+ H� n v 2.6 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Costilla Boring Started 08-20-2024 Method Boring Completed with soil cuttings upon completion. 08-20-2024 Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Location: See Exploration Plan o J Latitude: 33.00750 Longitude:-97.33950 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 1 FAT CLAY (CH), brown, hard 2.0 LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-18 718.67 yers, a)+ J Cc~ a a)E v� >� > 0 O LL (Ft.) 4.5+ (HP) _ 716.67 _ , 100/6.0" 100/1.75" 5- \ 100/1.5" 1� 706.67 _ ray , 100/0.75" 15— , 100/1.0" 20- hL 100/0.75" 2 5- , 100/0.75" So- 683.67 35-, 100/0.75" Strength Test o w Atterberg v = U Limits QJ t y > y 0,M d c N c v C O1 �� LL-PL-PI a LL CL a� a`y m E t V U I— n v 9.4 68-24-44 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Costilla Boring Started 08-23-2024 Method Boring Completed with soil cuttings upon completion. 08-23-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Location: See Exploration Plan o J Latitude: 33.00800 Longitude:-97.33900 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 1 FAT CLAY (CH), brown, hard 2.0 LIMESTONE, weathered, with clay la tan 3 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-19 717.94 yers, a)+ J Cc~ a a)E v� >� > 0 O LL (Ft.) +/- — , 4.5+ (HP) 715.94 _ — \ 100/0.75" \ 100/1.5" 5- \ 100/0.75" 1 704.94 _ ray \ 100/0.75" 1 5 \ 100/1.0" 20- \ 100/0.75" 2 5- \ 100/0.75" So- 682.94 35- , 100/1.01, Strength Test o w Atterberg v = U Limits QJ y > y 0,M d c N c v C t O1 a LL a`y m �� LL-PL-PI CL a� E t V U I— n v 13.6 71-24-47 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Costilla Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-20 p, Location: See Exploration Plan o ,-, y a n I Strength Test ,-. o Atterberg Limits u_ Latitude: 33.00850 Longitude:-97.33850 c N H a > s p; +� _ 0 v a�i L m t v y n a ^ v > ~ Nr �' ° c c Fa MN Zrn p'v vLL LL-PL-PI a O LL QJ E U Depth (Ft.) Elevation: 716.82 (Ft.) +/- ~ Ln U FAT CLAY (CH), brown, hard — 4.5+ (HP) 15.0 — 4.5+ (HP) 23.4 5 — 2.0 (HP) 28.7 82-27-55 .0 710.82 LEAN CLAY (CL), wtih limestone fragments, light brown, stiff to very stiff — 3.0 (HP) 18.9 � 1.5 (HP) 22.2 48-19-29 0.0 � 706.82 1 LIMESTONE, weathered, with clay layers, tan — 3.0 703.82 LESTONE, with interbedded dark gray shale seams and layers, gray \ 100/1.25" 15— \ 100/1.75" to- \ 100/5.25" 2 5— \ 100/2.25" 30— \ 100/1.s" 3 5— 40.0 676.82 40--� 100/1.25" Boring Terminated at 40 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered Costilla Boring Started 08-22-2024 Abandonment Method Completed g Co Boring backfilled with soil cuttings upon completion. Boring Co Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-21 a Location: See Exploration Plan y Strength Test o � Atterberg Limits J u Latitude: 33.00890 Longitude:-97.33800 y > a n +� H a > s p; +� _ 0 v a�i o m a) ELL y p�.-. a `"�, L - o O) p'v U1 LL LL-PL-PI a C7 aai 0 v) QJ E , U Depth (Ft.) Elevation: 716.44 (Ft.) +/- ~ v� FAT CLAY (CH), brown, hard 1 — 4.5+ (HP) 14.1 63 22-41 3.0 713.44 4.5+ (HP) I 13.1 i LIMESTONE, weathered, with clay layers, , 100/4.5" i tan 5- 2 - , 100/2.75" 1 G 3.0 703.44 _ LIMESTONE, with interbedded dark gray shale seams and layers, gray , 100/1.75" 15- , 100/1.25" 20- 3 — 100/1.0" 2 5- , 100/0.75" 3 0 5.0 681.44 -- 35, 100/0.75" Boring Terminated at 35 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered J.Sanchez Boring Started 08-26-2024 Abandonment Method Completed Co Boring backfilled with soil cuttings upon completion. Boring Boring Co Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-22 a) Location: See Exploration Plan y a) a o > c0. a-Ni Y u Latitude: 33.00940 Longitude:-97.33740 H Ul � 'O O_ Q N N £ N pv[ m C7 0J to p LL Depth (Ft.) Elevation: 718.44 (Ft.) +/- FAT CLAY (CH), dark brown, hard LIMESTONE, weathered, with clay la tan 0 LJ. ESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet 4.5+ (HP) 4.5+ (HP) 714.44 _ yers, \ 5- 100/4.0" 10 \ 100/2.0" 705.44 _ ray 15-- \ 100/1.25" 20- \ 100/1.5" \ 25- 100/1.0" 30- \ 100/1.0" 683.44 35-, 100/0.75" Strength Test o w Atterberg v = U Limits QJ � c y v ]. y p +-' .-. d c N c M C L O1 i a LL a`y m �� LL-PL-PI CL a� E t V U I— n v 19.1 16.6 68-23-45 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by D. Lemar Boring Started 08-27-2024 Method Boring Completed with soil cuttings upon completion. 08-27-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Location: See Exploration Plan o J Latitude: 33.00990 Longitude:-97.33690 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 1 FAT CLAY (CH), brown, hard 2.0 LIMESTONE, weathered, with clay la tan 3 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-23 718.11 yers, a)+ J Cc~ a a)E v� >� > 0 O LL (Ft.) 4.5+ (HP) _ 716.11 _ , 100/6.5" 100/2.5" 5- , 100/4.0" 1 0-- 705.11 _ ray , 100/0.75" 15— , 100/0.5" 2 0— hL 100/0.5" 25- , 100/4.0" 3 0— 683.11 35- , 100/1.0" Strength Test o w Atterberg v = U Limits QJ y > y 0,M d c N c v C t O1 a LL a`y m �� LL-PL-PI CL a� E t V U I— n v 15.2 73-25-48 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Fleming Boring Started 08-27-2024 Method Boring Completed with soil cuttings upon completion. 08-27-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-24 p, Location: See Exploration Plan a o u Latitude: 33.01040 Longitude:-97.33640 t a c L m U Q E N � �0 Depth (Ft.) Elevation: 718.43 (Ft.) +/- t j/ 0 LEAN CLAY (CL), with limestone fragments, 717.43 ' brown, hard _ `JMESTONE, weathered, with clay layers, an , 5- , 10- i 2.0 706.43 _ I 1 LESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet 15- , 20- , 25- , 3 0- , 683.43 3 5—` U W N � ii 100/9.01, 100/1.25" 100/0.5" Strength Test o w Atterberg v = U Limits � QJ +-' M y c v L i ]. y p .-. d c N c C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v 7.3 100/0.S" 1 100/0.5" 100/0.75" 100/0.S" 1 100/1.0" 1 100/0.5" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-23-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-25 rn Location: See Exploration Plan v Strength Test o � Atterberg Limits J y U Latitude: 33.01080 Longitude:-97.33590 > a n +� H a > s p; +� _ 0 v a` ) al o QL m fl m � A p, y a`,� Fa yak o O LL-PL-PI a1 LL a 0J C7 0 v) QJ E , U Depth (Ft.) Elevation: 715.83 (Ft.) +/- Ln ~ v� t 1 0 FAT CLAY (CLI, brown 714.83 . 2.7 51-24-27 �IMESTONE, weathered, with clay layers, an 5- , 10- , i 2.0 703.83 _ I 1 LESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet , 15- , 20- , 25- , 3 0- 680.83 35---� 100/1.5" 100/1.0" 1 100/0.75" 100/0.75" 100/1.0" 100/0.75" 100/0.75" 100/0.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Costilla Boring Started 08-21-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-26 o Location: See Exploration Plan J Latitude: 33.01130 Longitude:-97.33540 o ° � 0 Depth (Ft.) Elevation: 712.70 (Ft.) +/- LEAN CLAY (CL), with limestone fragments, a I Strength Test w Atterberg y L.� > C N L F (nY a) > .-. v = Q E .� Limits LA C (A J cc a) fl I— N a �' L c to 0, a.� M 0 y, V a) yLi a) Eaai LL ~ y � c m 0'v LL-PL-PI a)l.L a �0 QJ Eby U o�V in v 4.5+ jHP� 2.2 36-21-15 brown, very stiff to hard — 67/12.0 ] 710.7 _ I `JMESTONE, weathered, with clay layers, — , 100/0.5" tan 100/0.75" 0 LJIESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet 5 , 10- 701.7 , 15- , 20- , 25- , 30- 677.7 35----k& 100/2.25" 1 100/1.25" 100/3.75" 100/1.75" 100/1.25" 100/0.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-22-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-27 rn Location: See Exploration Plan y a) a o u Latitude: 33.00750 Longitude:-97.33880—J c cc a�Ni Y H U1 'O O_ m Q N £ N pv[ � U �0 N LL Depth (Ft.) Elevation: 717.11 (Ft.) +/- t j/ 0 LEAN CLAY (CL), brown, hard 716.11 4.5+ (HP) fIMESTONE, weathered, with clay layers, _ _ , 100/1.51, an 5- , 10- , 2.0 705.11 _ I 1 LESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet 15- , 20- , 25- , 3 0- , 682.11 35-- - 100/1.25" 100/1.25" 100/1.5" 100/0.75" Strength Test o w Atterberg v = U Limits � QJ y c v p d c N c O LL-PL-PI a LL E I— Ln v 7.1 100/0.S" 1 100/1.0" 1 100/0.5" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Costilla Boring Started 08-23-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Location: See Exploration Plan o J Latitude: 33.00790 Longitude:-97.33830 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 1 FAT CLAY (CH), brown, hard 2.0 LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-28 715.94 yers, a)+ J Cc~ a a)E v� >� > 0 O LL (Ft.) +/- — , 4.5+ (HP) 713.94 _ — \ 100/3.75" \ 100/2.0" 5- \ 100/2.25" 1 703.94 _ ray \ 100/1.0" 1 5-- \ 100/1.25" 20- \ 100/1.0" 2 5- \ 100/0.75" So- 680.94 35-, 100/0.75" Strength Test o w Atterberg v U Limits = QJ t y > y 0,M d c N c v C O1 LL-PL-PI �� a LL CL a� a`y m E t V U I— n v 10.2 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by D. Lemar Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-29 a Location: See Exploration Plan y Strength Test o � Atterberg Limits J U Latitude: 33.00840 Longitude:-97.33780 y > a n +� H a > s p; +� _ v a�i Ul Q o m L-+ fl a) ELL ` y to p�.-. a` "�, L - o O) 0 'v U1 LL LL-PL-PI a C7 aai 0 v) QJ E , U Depth (Ft.) Elevation: 713.58 (Ft.) +/- ~ v� Ln FAT CLAY (CH), dark gray, stiff to very stiff — 4.5+ (HP) 21.6 1 — 4.5+ (HP) 27.1 tj — 1.5 (HP) 30.8 81-27-54 .0 707.58 _ LIMESTONE, weathered, with clay layers, tan �7 ` 100/3.0" C 100/2.75" 2 1� 14.0 699.58 LJNjESTONE, with interbedded dark gray layers, _ ` 15— 100/1.0" shhalle seams and gray 2 E7 ` 100/1.0" 3 , 100/1.25" 25- , 100/0.75" 3 0 5.0 678.58 35--66 100/0.5" Boring Terminated at 35 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater encountered @8' while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Groundwater observed @20' at completion of Hammer Type drilling Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered D.Lemar Boring Started 08-27-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Boring Boring Co Completed Co Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-30 a Location: See Exploration Plan y Strength Test o � Atterberg Limits J U Latitude: 33.00890 Longitude:-97.33730 y > a n +� H a > s p; +� _ 0 v a�i o m a) ELL y p�.-. a` "�, L - o O) 0 'v U1 LL LL-PL-PI a C7 aai 0 v) QJ E , U Depth (Ft.) Elevation: 714.46 (Ft.) +/- ~ v FAT CLAY (CH), brown, hard — 4.5+ (HP) 12.4 — 4.5+ (HP) 21.4 1 — tj — 4.5+ (HP) 22.3 74-25-49 6.0 708.46 FAT CLAY (CHI,, with limestone layers, light brown, hard — 4.5+ (HP) 21.1 8.0 706.46 _ LIMESTONE, weathered, with clay layers, X N=50/4.75" I 6.6 / tan — 10- 2 — , 100/3.25" 15- / 8.0 696.46 LESTONE, with interbedded dark gray shale seams and layers, gray , 100/1.5" 20- 100/1.25" 25- 3 — 100/1.0° 30- 100/1.0" 35- 40.0 674.46 100/0.75" Boring Terminated at 40 Feet 40- - See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered J.Sanchez Boring Started 08-26-2024 Abandonment Method Completed Co Boring backfilled with soil cuttings upon completion. Boring Boring Co Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-31 a Location: See Exploration Plan y a) a o > c a-Ni Y u Latitude: 33.00940 Longitude:-97.33680—J m H Ul � N £ N pv[ mto C7 p LL Depth (Ft.) Elevation: 715.62 (Ft.) +/- FAT CLAY (CH), brown, hard LIMESTONE, weathered, with clay la tan 0 LJ. ESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet 4.5+ (HP) 4.5+ (HP) 711.62 _ yers, \ 5- 100/9.0" 10 \ 100/0.5" 702.62 _ ray 15— \ 100/1.75" 20 \ 100/0.5" \ 2 5- 100/0.75" 3 0 \ 100/4.5" 680.62 35-, 100/ 1.5" Strength Test o w Atterberg v = U Limits QJ � c y v ]. y p +-' .-. d c N c M C L O1 i a LL a`y m �� LL-PL-PI CL a� E t V U I— n v 22.4 24.4 79-28-51 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Fleming Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Location: See Exploration Plan o J Latitude: 33.00980 Longitude:-97.33630 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 1 FAT CLAY (CH), brown, hard 2.0 LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-32 716.67 yers, a)+ J Cc~ a a)E v� >� > 0 O LL (Ft.) 4.5+ (HP) _ 714.67 _ , 100/7.75" 100/5.25" 5- , 100/1.25" 1 704.67 _ ray , 100/3.25" 15— , 100/0.75" 20- 100/0.5" 2 5-hL , 100/0.75" 3 0— 681.67 3 5- , 100/0.75" Strength Test o w Atterberg v = U Limits QJ t y > y 0,M d c N c v C O1 �� LL-PL-PI a LL CL a� a`y m E t V U I— n v 15.3 65-22-43 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Fleming Boring Started 08-21-2024 Method Boring Completed with soil cuttings upon completion. 08-21-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J u Latitude: 33.01030 Longitude:-97.33580 v L o fa fa 2: U Depth (Ft.) Elevation: j LEAN CLAY (CL), with limestone frag 0 brown, hard LIMESTONE, weathered, with clay la tan a 2 x 3 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-33 716.21 yers, a)+ J Cc~ a a,)E v ooc �� O N LL (Ft.) ments, _ ; 4.5+ jHP� 51/12.0' 714.21 _ _ 100/1.0" 5— , 100/1.75" 10-- 703.21 _ ray C 100/0.75" 15— , 100/3.0" 20-- 100/1.25" 2 5— , 100/0.75" So- 681.21 35—, 100/0.75" Strength Test o w Atterberg v = U Limits � QJ C JJ v >. y 0rn d c N c M y t o a LL LL-PL-PI E I— Ln v 6.6 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Fleming Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-34 p, Location: See Exploration Plan a o Latitude: 33.01080 Longitude: 97.33530 t a c � m L m U Q E N � �0 Depth (Ft.) Elevation: 712.91 (Ft.) +/- t j/ 0 LEAN CLAY (CL), with limestone fragments, 711.91 ' brown, hard _ `JMESTONE, weathered, with clay layers, an , 5- , 10- i 2.0 700.91 _ I 1 LESTONE, with interbedded dark gray shale seams and layers, gray _ 0 Boring Terminated at 35 Feet 15- , 20- , 2 5- , 3 0- , 677.91 35---� U W N � ii 100/7.75" 100/0.75" 100/0.5" Strength Test o w Atterberg v = U Limits � QJ +-' M y c v L i ]. y p .-. d c N c C a LL O1 LL-PL-PI CL �� a� a+`y m Et V U H n v 4.0 100/0.S" 1 100/0.75" 100/1.25" 100/2.25" 1 100/0.75" 100/0.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-22-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Location: See Exploration Plan o J Latitude: 33.00700 Longitude:-97.33870 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 1 FAT CLAY (CH), brown, hard 2.0 LIMESTONE, weathered, with clay la tan 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-35 715.24 yers, a)+ J Cc~ a a)E v� >� > 0 O LL (Ft.) +/- — , 4.5+ (HP) 713.24 _ — \ 100/2.75" 5- \ 100/3.25" 1 703.24 _ ray \ 100/1.25" 15— \ 100/0.75" 20- \ 100/1.0" 25- \ 100/1.0" 30- 680.24 35-, 100/0.75" Strength Test o w Atterberg v = U Limits QJ t y > y 0,M d c N c v C O1 �� LL-PL-PI a LL CL a� a`y m E t V U I— n v 17.5 73-24-49 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by D. Lemar Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.00740 Longitude:-97.33820 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: J FAT CLAY (CH), brown, hard fIMESTONE, weathered, with clay la an 0 LESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-36 715.47 yers, a)+ y i J Cc~ Y a a)E v� >� > 0 O LL (Ft.) 714.47 4.5+ (HP) —_ 100/0.75" 100/1.5" 5- \ 100/0.75" 10 702.47 _ ray , 100/1.5" 1 5— , 100/0.75" 20- 100/0.5" 2 5-hL , 100/0.75" 3 0— 680.47 3 r 100/0.75" Strength Test o w Atterberg v = U Limits QJ � M C t� y v > y N d c v C -PL-PI LL LLc a a a` E+ I—� n v 14.6 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Costilla Boring Started 08-23-2024 Method Boring Completed with soil cuttings upon completion. 08-23-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-37 )cation: See Exploration Plan y a) titude: 33.00791 Longitude: 97.33770 a J'cc ~ a) m y a y E v oc �-0 O N LL ?pth (Ft.) Elevation: 714.10 (Ft.) +/- FAT CLAY (CH), brown, hard 4.5+ (HP) 712.1 LIMESTONE, weathered, with clay layers, — , 100/3.5" tan — 100/2.75" 0 LIMESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet Strength Test o w Atterberg v U Limits = QJ M y t > y 0, c N c v O LL-PL-PI a LL E I— Ln v 5 704.1 1 0 , 100/1.5" , 100/1.25" 1 5 , 100/0.75" 20- 100/1.0" 2 5- , 100/0.75" 30— 679.1 35-, 100/0.5" 12.5 67-22-45 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered D.Lemar Boring Started 08-26-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-38 o Location: See Exploration Plan J Latitude: 33.00840 Longitude:-97.33720 v � v fl- o ° 2: (D Depth (Ft.) Elevation: 711.57 (Ft.) +/- FAT CLAY (CHI, with limestone fragments, a+ y i J Y Cc~ a >� y E v� > 0 LL O brown, 709.57 FAT CLAY (CLI, with limestone fragments, tan, hard — 4.5+ (HP) 707.57 LIMESTONE, weathered, with clay layers, 100/4.0" tan 5 — 0 LESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet hL 100/1.25" 10- 697.57 _ , 15- , 20- , 25- , 3 0- 676.57 3 r 100/1.5" 100/1.25" Strength Test o w Atterberg v U Limits = QJ t y > y 0,M d c N c v C O1 LL-PL-PI �� a LL CL a� a`y m E t V U I— n v 23.4 100/1.0" 1 100/0.75" 100/1.01, 8.5 79-26-53 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Costilla Boring Started 08-22-2024 Abandonment Method BoringCo Completed g Co Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-39 a Location: See Exploration Plan y Strength Test o � Atterberg Limits J U Latitude: 33.00880 Longitude:-97.33670 y > a '� n +� H a > s p; +� _ v a�i o m d N LL ' y y per. a `"�, L - o O) p'v U1 LL LL-PL-PI a C7 aai �p v) QJ E, U Depth (Ft.) Elevation: 711.91 (Ft.) +/- ~ v� Ln FAT CLAY (CHI,with limestone fragments, dark brown and brown, hard — 4.5+ (HP) 29.5 — 4.5+ (HP) 22.7 5 — 4.5+ (HP) 25.9 82-27-55 6.0 705.91 _ FAT CLAY ICLI, with limestone fragments, light brown and gray, very stiff — 2.5 (HP) 27.6 8.0 703.91 _ FAT CLAY ICLI, with calcareous nodules, light brown, very stiff — 2.0 (HP) 27.7 67-24-43 10- 13.0 698.91 _ � JMESTONE, weathered, with clay layers, an , 100/3.5" 2 15— 7.0 694.91 LESTONE, with interbedded dark gray shale seams and layers, gray — , 100/1.5" 20 100/1.25" 25- 3 100/1.0" 30- , 100/1.25" 35- 0.0 671.91 4C Boring Terminated at 40 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered D.Lemar Boring Started 08-27-2024 Abandonment Method Completed Co Boring backfilled with soil cuttings upon completion. Boring Boring Co Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Location: See Exploration Plan o J Latitude: 33.00930 Longitude:-97.33620 v � v fl- 0 0 � C7 Depth (Ft.) Elevation: 1 FAT CLAY (CH), brown, hard 2.0 LIMESTONE, weathered, with clay la tan 3 0 LIMESTONE, with interbedded dark g shale seams and layers, gray 0 Boring Terminated at 35 Feet Boring Log No. B-40 714.12 yers, a)+ J Cc~ a a)E v� >� > 0 O LL (Ft.) 4.5+ (HP) _ 712.12 _ , 100/1.51, 41/12.0" 5- , 100/4.5" 10-- 701.12 _ ray , 100/1.75" 15— , 100/3.25" 20- hL 100/4.5" 25- , 100/2.0" 3 0— 679.12 35- , 100/1.25" Strength Test o w Atterberg v = U Limits QJ y > y 0,M d c N c v C t O1 a LL a`y m �� LL-PL-PI CL a� E t V U I— n v 16.6 76-26-50 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Advancement Dry augered Abandonment Boring backfilled Drill Rig Truck Hammer Type Automatic Driller Strata Bore Method Logged by Fleming Boring Started 08-26-2024 Method Boring Completed with soil cuttings upon completion. 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-41 p, Location: See Exploration Plan a) ai o u Latitude: 33.00980 Longitude:-97.33570 H Ul 'O O_ mto Q N N £ � N pv[ � U �0 N LL Depth (Ft.) Elevation: 714.83 (Ft.) LEAN CLAY (CL), with limestone fragments, '0 brown, hard 7 — 4.5+ HP IMESTONE weathered with clay layers _ 100/1.75" tan 5- , 10- , 2.0 702.83 _ I 1 LESTONE, with interbedded dark gray — shale seams and layers, gray 0 Boring Terminated at 35 Feet , 15- , 20- , 25- , 3 0- 679.83 35---- Strength Test o w Atterberg v U Limits = QJ M y 0, d c N c C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v 4.7 100/0.S" 1 100/0.S" 1 100/0.5" 100/0.75" 100/1.0" 1 100/0.75" 100/0.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-21-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-42 p, Location: See Exploration Plan a) ai o u Latitude: 33.01030 Longitude:-97.33520 H Ul mto N £ � N pv[ � U �0 N LL Depth (Ft.) Elevation: 714.30 (Ft.) +/- t j/ 0 LEAN CLAY (CU, brown, hard 713.3 4.5+ (HP) fIMESTONE, weathered, with clay layers, _ _ , 100/1.25" an 5- , 10- , i 2.0 702.3 _ I 1 LESTONE, with interbedded dark gray shale seams and layers, gray 0 Boring Terminated at 35 Feet , 15- , 20- , 25- , 3 0- 679.3 35---- Strength Test o w Atterberg v = U Limits � QJ +-' M y c v L i ]. y p .-. d c N c C a LL O1 LL-PL-PI CL �� a� a`y m E t V U I— n v 8.5 100/0.S" 1 100/1.25" 100/0.5" 100/1.25" 100/3.5" 100/0.75" 100/0.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-22-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities l Environmental l Geotechnical l Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. B-43 a Location: See Exploration Plan y Strength Test Atterberg J y > a n +� o _ � Limits U Latitude: 33.01070 Longitude:-97.33470 H a > t p; v a�i o m aa) E y "L o -PL-PI ai , pa 2: U 0 (J) QJ E, U Ln Depth (Ft.) Elevation: 708.26 (Ft.) +/- ~ v� FAT CLAY (CH), with limestone fragments, brown, hard — 4.5+ (HP) 22.1 82-28-54 2.0 706.26 _ LEAN CLAY /CL), with limestone fragments, 34/12.0" light brown, hard — /1 /6.0 702.26 5 — 51/12.0" // LIMESTONE, weathered, with clay layers, , tan — 10- , 2 — 15- , i. 7.0 691.26 — LJ.I�ESTONE, with interbedded dark gray — shale seams and layers, gray 0 Boring Terminated at 40 Feet 20- , 2 5- , 3 0- , 35- , 668.26 40- - 100/7.0" 1 100/6.75" 1 100/3.5" 1 100/0.75" 1 100/0.75" 1 100/0.75" 1 100/0.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Fleming Boring Started 08-22-2024 Abandonment Method Boring backfilled with soil cuttings upon completion. Co Boring Boring Co Completed Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-1 p, Location: See Exploration Plan a) ai o u Latitude: 33.00900 Longitude:-97.33970 H Ul 'O O_ m Q a)a,)£ N pv[ C7 �p LL Depth (Ft.) Elevation: 720.70 (Ft.) FAT CLAY (CH), dark brown, hard — 4.5+ (HP) 1 — 4.5+ (HP) 5 — 4.5+ (HP) /ft5.0 714.7 _ LIMESTONE, weathered, with clay layers, 100/0.75" � tan — 2 — � 0.0 710.7 ^ , /1.0" 100 Boring Terminated at 10 Feet 111—` Strength Test o w Atterberg v Limits = d L c M C +� y pl d c N c O LL-PL-PI a LL CL a� n+`y m 0 Ln in U v 20.1 20.8 28.9 74-26-48 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered J.Sanchez Boring Started 08-26-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-2 p, Location: See Exploration Plan a) ai o u Latitude: 33.01000 Longitude:-97.33880—J m H Ul N a,)£ N pv[ m 2: U 0O N LL Depth (Ft.) Elevation: 723.17 (Ft.)ewo FAT CLAY (CH), brown, hard 4.5+ (HP) � 2.0 721.17 — LEAN CLAY (CL), tan, hard 19-12-7 E'//N=19 r4.0 719.17 — 10.0 LIMESTONE, weathered, with clay layers, � N=50/3.25" tan 5— 2 1� 100 Boring Terminated at 10 Feet 713.17 /0.75" Strength Test o w Atterberg v Limits = d L c M C y +� pl d c N c a LL O LL-PL-PI CL a� n+`y m 0 Ln in U v 12.8 7.4 13.2 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Partain Boring Started 08-21-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-3 p, Location: See Exploration Plan a) ai o u Latitude: 33.01100 Longitude:-97.33770 H Ul 'O O_ Q a)a,)£ N pv[ m 2: U 0 N LL Depth (Ft.) Elevation: 720.65 (Ft.)0 PO4r, FAT CLAY (CH), brown, hard 2.0 718.65 10.0 0LEAN CLAY (CL), tan, hard 717.65 13-50/1" LIMESTONE, weathered, with clay layers,an ,100/0.75" 5— 71o.6s loo/l.o° Boring Terminated at 10 Feet 1 Strength Test o w Atterberg v Limits = a L c M C y +� pl d c N c a LL O LL-PL-PI CL a� a+`y m 0 Ln in U v 20.2 71-25-46 7.8 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Partain Boring Started 08-21-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-4 p, Location: See Exploration Plan a) ai o u Latitude: 33.01190 Longitude:-97.33670 H Ul 'O O_ Q m a)a,)£ N pv[ 2: U 0 0 N LL Depth (Ft.) Elevation: 715.45 (Ft.) 2 1.0 FAT CLAY (CHI, brown, hard 714.45 4.5+ (HP) LEAN CLAY �(CL), light brown, hard 713.45 _ _ X 20-24-50/2" ' `JMESTONE, weathered, with clay layers, — tan hL 100/3.25" 5— s — 1 _ 10.0 705.45 1 100/5.25" Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = d L c M C +� y pl d c N c O LL-PL-PI a LL CL a� n+`y m 0 Ln in U v 11.9 3.7 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Partain Boring Started 08-21-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-5 p, Location: See Exploration Plan a) ai o u Latitude: 33.01190 Longitude:-97.33540 H Ul 'O O_ Q a)a,)£ N pv[ m 2: U 0 N LL Depth (Ft.) Elevation: 702.49 (Ft.)0 PO4r, FAT CLAY (CH), brown, hard 4.5+ (HP) 2.0 700.49 _ LEAN CLAY (CLI, light brown, hard — 6-5-4 N=9 12 5 - X 5 N=20 _ u 7-35-50/6" l %— 9-29-42 0.0 692.49 1C X N=71 Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = a L c M C +� y pl d c N c O LL-PL-PI a LL CL a� a+`y m 0 Ln in U v 17.4 13.1 13.1 37-16-21 13.1 15.2 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by Partain Boring Started 08-21-2024 Boring Completed 08-21-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-6 a Location: See Exploration Plan y a) v o a c fl u Latitude: 33.01130 Longitude:-97.33470 —J m a) H Ul 'O O_ Q a)a,)£ N pv[ m 2: U 0 N LL Depth (Ft.) Elevation: 707.13 (Ft.) j LEAN CLAY (CU, with limestone seams, — 13-24-19 light brown, very stiff to hard — N=43 — -10 X N� 17 j 5 — X 1N 5161 — X 11-50/6" 7-11-32 0.0 697.13 1C X N=43 Boring Terminated at 10 Feet Strength Test o w Atterberg v = Limits a L c C +� y pl d c N c M O a LL a+`y m LL-PL-PI CL a� U 0 Ln in v 4.3 3.9 30-18-12 17.4 10.2 18.0 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered Partain Boring Started 08-21-2024 Abandonment Method Boring Completed Boring backfilled with soil cuttings upon completion. 08-21-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-7 p, Location: See Exploration Plan a) a o u Latitude: 33.01070 Longitude:-97.33380—J c m a�Ni Y H Ul 'O O_ m Q N a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 698.18 (Ft.) FAT CLAY (CH), brown, hard — 4.5+ (HP) — 4.5+ (HP) 4.0 694.18 LEAN CLAY (CU, with calcareous nodules, _ light brown, very stiff to hard 5 4.0 (HP) — = — 4.5+ (HP) / 11-8-10 0.0 688.18 is 1N g18 Boring Terminated at 10 Feet Strength Test o w Atterberg v = Limits a L c C +� y pl d c N c M O a LL a+`y m LL-PL-PI CL a� 0 Ln in U v 15.0 65-23-42 12.5 17.8 15.9 17.9 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered Partain Boring Started 08-21-2024 Abandonment Method Completed Co Boring backfilled with soil cuttings upon completion. Boring Boring Co Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-8 p, Location: See Exploration Plan a) ai o u Latitude: 33.00990 Longitude:-97.33470 H Ul 'O O_ m Q a)a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 712.46 (Ft.) t L=0 1 AT CLAY, tan, very stiff to hard 711.46 x 23-50/3" �IMESTONE, weathered, with clay layers, i an 100/1.25" s 5— 110.0 702.46 100/0.75" Boring Terminated at 10 Feet 1 Strength Test o w Atterberg v = Limits a L c M C +� y pl d c N c O LL-PL-PI a LL CL a� a+`y m 0 Ln in U v 4.2 50-21-29 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered Partain Boring Started 08-21-2024 Abandonment Method Boring Boring Co Co Completed Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-9 p, Location: See Exploration Plan y a) a o Latitude: 33.00900 Longitude: 97.33570 a c 0. t � m a) 0 m Q a)E 2: U p U) Depth (Ft.) Elevation: 711.43 (Ft.) FAT CLAY (CLI, with limestone fragments, light brown, hard — 1 — .0 707.43 _ LIMESTONE, weathered, with clay layers, tan 5 — 2 / — i 77 0.0 701.43 1 Boring Terminated at 10 Feet Strength Test o w Atterberg N v = Limits J U QJ T yL.i y c =L Z O v C a LL v ii d N c ay+ m 0 LL-PL-PI CL 0 Ln in v 4.5+ (HP) 9.9 69-24-45 4.5+ (HP) 9.1 100/4.25" 100/3.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-22-2024 Boring Completed 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-10 p, Location: See Exploration Plan y a) a o Latitude: 33.00800 Longitude: 97.33670 a c 0. t � m a) 0 m Q a)E 2: U p U) Depth (Ft.) Elevation: 710.32 (Ft.) FAT CLAY (CLI, with limestone fragments, light brown, hard — 1 — .0 706.32 _ LIMESTONE, weathered, with clay layers, tan 5 — 2 /77 — i 0.0 700.32 1 Boring Terminated at 10 Feet Strength Test o w Atterberg N v = Limits J QJ yL.i =L v C U v ii T y d c N c ay+ m Z O LL-PL-PI a LL CL 0 0 Ln in v 4.5+ (HP) 14.4 82-28-54 4.5+ (HP) 15.5 100/3.25" 100/4.0" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-22-2024 Boring Completed 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-11 p, Location: See Exploration Plan a) a o u Latitude: 33.00710 Longitude:-97.33770 H Ul 'O O_ m Q a)a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 711.88 (Ft.) FAT CLAY (CH), dark brown, hard — 4.5+ (HP) 1 - - 4.5+ (HP) .0 707.88 _ LIMESTONE, weathered, with clay layers, 100/5.75" tan 5 — 2 — / 0.0 701.88 ^ ` 111�` /8.0" 100 77 � Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = d L c M C y +� pl d c N c a LL O LL-PL-PI CL a� n+`y m 0 Ln in U v 17.5 20.3 73-25-48 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered J.Sanchez Boring Started 08-22-2024 Abandonment Method BoringCo Completed g Co Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-12 p, Location: See Exploration Plan a) a o u Latitude: 33.00670 Longitude:-97.33950—J m H Ul m N a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 716.81 (Ft.) FAT CLAY (CH), with limestone fragments, dark brown, very stiff to hard — 4.5+ (HP) — 4.5+ (HP) 1 2.5 (HP) 6.0 710.81 FAT CLAY (CH1J, with limestone fragments, brown, hard 8.0 708.81 — _ 4.5+ (HP) LEAN CLAY (CL), with limestone fragments, jtan, hard 4.5+ (HP) 10.0 706.81 1 Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = a L c M C +� JJ pl d c N c O LL-PL-PI a LL CL a� a+`y m 0 Ln in U v 11.0 22.5 72-26-46 25.8 27.1 13.2 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-26-2024 Boring Completed 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-13 p, Location: See Exploration Plan a) a o u Latitude: 33.00750 Longitude:-97.34060—J m H Ul m N a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 722.74 (Ft.) FAT CLAY (CH), dark brown, hard — 4.5+ (HP) 1 - - 4.5+ (HP) .0 718.74 _ LIMESTONE, weathered, with clay layers, 100/0.75" tan 5 — 2 — / 0.0 712.74 1 100 /0.5 " 77 � Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = d L c C +� y pl d c N c M O a LL n+`y m LL-PL-PI CL a� U 0 Ln in v 12.2 22.6 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion 58-22-36 Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-26-2024 Boring Completed 08-26-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-14 p, Location: See Exploration Plan a) ai o u Latitude: 33.00730 Longitude:-97.33680—J m H Ul m N a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 711.16 (Ft.) FAT CLAY (CH), dark brown, hard VZAA4.5+ _ (HP) 3.0 708.16 _ 3.75 (HP) FAT CLAY (CLI, with limestone seams, light AA brown, hard — 1 5 — 3.5 (HP) — 3.75 (HP) — 4.0 (HP) /�10.0 701.16 1 Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = a L c M C +� y pl d c N c O LL-PL-PI a LL CL a� a+`y m 0 Ln in U v 23.0 26.9 73-26-47 26.0 26.2 23.7 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-22-2024 Boring Completed 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-15 p, Location: See Exploration Plan a) a o u Latitude: 33.00750 Longitude:-97.33590—J m H Ul m N a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 708.41 (Ft.) FAT CLAY (CH), with limestone fragments, dark brown, hard — 4.5+ (HP) — 4.5+ (HP) 1 5 — 4.5+ (HP) 8.0 700.41 — _ 4.5+ (HP) LEAN CLAY (CL), with limestone fragments, light brown and brown, hard 4.5+ (HP) 0.0 698.41 1 Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = a L c M C JJ +� pl d c N c a LL O LL-PL-PI CL a� a+`y m 0 Ln in U v 15.1 20.4 20.0 67-24-43 20.5 12.0 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-22-2024 Boring Completed 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-16 p, Location: See Exploration Plan y a) a o Latitude: 33.00820 Longitude: 97.33580 a c 0. t � m 0 m Q a)E 2: U p (J) Depth (Ft.) Elevation: 700.64 (Ft.) FAT CLAY (CLI, with limestone fragments, brown, hard — 1 — .0 696.64 _ LIMESTONE, weathered, with clay layers, tan 5 — 2 — / 0.0 690.64 1 i 77 Boring Terminated at 10 Feet Strength Test o w Atterberg N v Limits = J QJ yL.i =L v U v T y d c N c Z O C a LL ii ay+ m 0 LL-PL-PI CL 0 Ln in v 5.8 4.5+ (HP) 6.7 91/7.25" 100/6.0" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion 79-28-51 Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-22-2024 Boring Completed 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-17 p, Location: See Exploration Plan y a) a o Latitude: 33.00850 Longitude: 97.33490 a c 0. t � C 0 m Q a)E 2: U p (J) Depth (Ft.) Elevation: 705.36 (Ft.) FAT CLAY (CHI, with limestone fragments, brown, hard — 1 — 5- /ft5.0 699.36 _ LIMESTONE, weathered, with clay layers, / tan — 2 — 0.0 695.36 Boring Terminated at 10 Feet 1 U� Strength Test o w Atterberg N v Limits = J QJ yL.i =L v U v T y d c N c Z O C a LL ii ay+ m 0 LL-PL-PI CL 0 Ln in v 4.5+ (HP) 20.1 4.5+ (HP) 23.5 4.5+ (HP) 27.2 98/8.0" 100/5.0" See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion 71-26-45 Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-22-2024 Boring Completed 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-18 p, Location: See Exploration Plan a) ai o u Latitude: 33.00920 Longitude:-97.33480—J m H Ul m N a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 709.10 (Ft.)I OF FAT CLAY (CHI, with limestone fragments, brown, hard — 4.5+ (HP) 3.0 706.1 4.5+ (HP) I IMESTONE, weathered, with clay layers, — , 100/2.75" to n 5- 2 — / 0.0 699.1 100/2.75" Boring Terminated at 10 Feet 1 Strength Test o w Atterberg v Limits = a L c M C y +� C pl d c N c O LL-PL-PI a LL a� a+`y m 0 Ln in U v 13.0 61-22-39 13.4 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered J.Sanchez Boring Started 08-22-2024 Abandonment Method BoringCo Completed g Co Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 P!Tacon 1 John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-19 p, Location: See Exploration Plan a) ai o u Latitude: 33.00930 Longitude:-97.33390—J m H Ul m N a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 702.46 (Ft.)I OF FAT CLAY (CLI, with limestone fragments, brown, hard 4.5+ (HP) 3.0 699.46 4.5+ (HP) I IMESTONE, weathered, with clay layers, _ , 100/6.25" to n 5- 2 — / 0.0 692.46 100/4.25" Boring Terminated at 10 Feet 1 Strength Test o w Atterberg v Limits = a L c M C y +� C pl d c N c O LL-PL-PI a LL a� a+`y m 0 Ln in U v 9.1 51-20-31 6.9 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type Automatic Driller Strata Bore Notes Advancement Method Logged by Boring coordinates and surface elevation were provided by Westwood. Dry augered J.Sanchez Boring Started 08-22-2024 Abandonment Method BoringCo Completed g Co Boring backfilled with soil cuttings upon completion. Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-20 p, Location: See Exploration Plan a) ai o u Latitude: 33.01000 Longitude:-97.33390—J m H Ul N a,)£ N pv[ m � U �0 N LL Depth (Ft.) Elevation: 700.84 (Ft.) j LEAN CLAY fCU, with limestone fragments, — brown, hard — 4.5+ (HP) j— 4.5+ (HP) 5 — 4.5+ (HP) -I — �4.5+ (HP) �.0 692.84 _ , .9 LIMESTONE, weathered, with clay layers, 691.94 50/5" \tan Boring Terminated at 8.9 Feet Strength Test o w Atterberg v = Limits a L c M C +� JJ pl d c N c O LL-PL-PI a LL CL a� a+`y m 0 Ln in U v 9.4 9.5 47-21-26 18.8 8.1 5.4 i See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered J.Sanchez Boring Started 08-22-2024 Abandonment Method Completed g Co Boring backfilled with soil cuttings upon completion. Boring Co Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 F!Tacon 901John W Carpenter Fwy Ste 100 Dallas, TX Boring Log No. P-21 p, Location: See Exploration Plan a) a o u Latitude: 33.01010 Longitude:-97.33310 H Ul 'O O_ m Q a)a,)£ N pv[ C7 p LL Depth (Ft.) Elevation: 692.31 (Ft.)GAZA FAT CLAY (CHI, with limestone fragments, brown, hard — 4.5+ (HP) — 4.5+ (HP) 1 110.0 5 — 4.5+ (HP) — 4.5+ (HP) 682.31 1 Boring Terminated at 10 Feet Strength Test o w Atterberg v Limits = a L c M C +� JJ pl d c N c O LL-PL-PI a LL CL a� a+`y m 0 Ln in U v 16.4 17.0 75-26-49 17.0 19.8 20.0 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Boring coordinates and surface elevation were provided by Westwood. Dry augered Abandonment Method Boring backfilled with soil cuttings upon completion Drill Rig Truck Hammer Type Automatic Driller Strata Bore Logged by J.Sanchez Boring Started 08-22-2024 Boring Completed 08-22-2024 Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 1 Fort Worth, TX Terracon Project No. 94245346 !Tacon 19F01 John W Carpenter Fwy Ste 100 Dallas, TX o Location: See Exploration Plan J Latitude: 33.00680 Longitude:-97.34060 v � v fl- o ° � C7 Boring Log No. DP-1 y i ~ Y J C E v� 0 LL > O U) Depth (Ft.) Elevation: 719.73 (Ft.) +/- FAT CLAY (CH), with limestone fragments, dark brown, hard — 0 4.5+ (HP) 4.5+ (HP) 5 — 4.5+ (HP) 713.73 FAT CLAY (CH), with limestone fragments, brown and light brown, very stiff — 3.5 (HP) — , 3.25 (HP) 1� .0 707.73 _ LIMESTONE, weathered, with clay layers, tan — , 100/1.5" 1 5-- .0 703.73 _ LJ.ajESTONE, with interbedded dark gray shhalle seams and layers, gray — .0 699.73 20 100/0.75" Boring Terminated at 20 Feet Strength Test o w Atterberg v = Limits a L c C +� JJ > y rn d c N c M v t O a LL a+`y m LL-PL-PI CL a� 0 Ln in U v 16.7 79-27-52 20.2 19.7 24.8 20.3 57-20-37 See Exploration and Testing Procedures for a description of field and laboratory procedures used and Water Level Observations Drill Rig additional data (If any). Groundwater not encountered while drilling Truck See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Boring coordinates and surface elevation were provided by Westwood. Hammer Type Automatic Driller Strata Bore Advancement Method Logged by Dry augered Costilla Boring Started 08-26-2024 Abandonment Method Boring Completed Boring backfilled with soil cuttings upon completion. 08-26-2024 Facilities l Environmental l Geotechnical l Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 SUMMARY OF SWELL TESTS Boring Depth Liquid Plasticity (ft) Limit Index B-2 2 to 4 70 47 B-3 2 to 4 78 52 B-7 2 to 4 78 51 B-8 6 to 8 42 25 B-9 4 to 6 33 16 B-14 2 to 4 65 43 B-20 4 to 6 82 55 B-22 2 to 4 68 45 B-29 4 to 6 81 54 B-30 4 to 6 74 49 B-38 2 to 4 79 53 B-39 4 to 6 82 55 Initial Final Moisture Moisture (%) (%) 19.4 25.1 23.7 28.6 20.4 33.7 17.7 18.8 15.8 17.0 15.1 24.4 28.7 30.0 16.6 24.8 30.8 31.9 22.3 27.9 25.9 29.6 19.4 25.1 ierracon Surcharge Swell (psf) (%) 375 7.2 375 6.2 375 11.0 875 0.1 625 0 375 13.0 625 1.3 375 10.9 625 0.9 625 7.8 625 4.2 375 7.2 Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas September 27, 2024 1 Terracon Project No. 94245346 SUMMARY OF SOLUBLE SULFATE TESTS Depth Boring (ft) P-1 0 to 2 P-4 0 to 1 P-5 2 to 3.5 P-6 0 to 1.5 P-7 4 to 6 P-10 2 to 3 P-12 0 to 2 P-15 0 to 2 Soluble Sulfate - TEX-145-E ierracon Soluble Sulfates (ppm) <100 <100 <100 <100 <100 <100 <100 <100 Facilities I Environmental I Geotechnical I Materials Supporting Information Contents: General Notes Unified Soil Classification System Facilities I Environmental I Geotechnical I Materials Westport 24 FM 156 Fort Worth, TX Werracon Terracon Project No. 94245346 8901 John W Carpenter Fwy Ste 100 General Notes Dallas, TX Sampling Water Level Field Tests N Standard Penetration Test Water Initially Encountered Resistance (Blows/Ft.) ' Shelby Split Spoon (HP) Hand Penetrometer Tube Water Level After a Specified Period of Time Water Level After (T) Torvane Texas Cone a Specified Period of Time Penetrometer Cave In (DCP) Dynamic Cone Penetrometer Encountered Water levels indicated on the soil boring logs are the UC Unconfined Compressive Strength levels measured in the borehole at the times indicated. Groundwater level variations will occur over (PID) Photo -Ionization Detector time. In low permeability soils, accurate determination of groundwater levels is not possible with short term water level observations. (OVA) Organic Vapor Analyzer Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the soils consistent with ASTM D2487 "Classification of Soils for Engineering Purposes" this procedure is used. ASTM D2488 "Description and Identification of Soils (Visual -Manual Procedure)" is also used to classify the soils, particularly where insufficient laboratory data exist to classify the soils in accordance with ASTM D2487. In addition to USCS classification, coarse grained soils are classified on the basis of their in -place relative density, and fine-grained soils are classified on the basis of their consistency. See "Strength Terms" table below for details. The ASTM standards noted above are for reference to methodology in general. In some cases, variations to methods are applied as a result of local practice or professional judgment. Note Exploration point locations as shown on the Exploration Plan and as noted on the soil boring logs in the form of Latitude and Longitude are approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for this project. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. Strength Terms Relative Density of Coarse -Grained Soils Consistency of Fine -Grained Soils (More than 50% retained on No. 200 sieve.) (50% or more passing the No. 200 sieve.) Density determined by Standard Penetration Consistency determined by laboratory shear strength testing, field visual -manual Resistance procedures or standard penetration resistance Relative Density Very Loose Loose Medium Dense Dense Very Dense Standard Penetration or N-Value (Blows/Ft.) 0-3 4-9 10-29 30 - 50 > 50 Consiste Very Soft Soft Medium Stiff Stiff Very Stiff Hard Unconfined Compressive Strength Qu (tsf) less than 0.25 0.25 to 0.50 0.50 to 1.00 1.00 to 2.00 2.00 to 4.00 > 4.00 Relevance of Exploration and Laboratory Test Results Standard Penetration or N-Value (Blows/Ft.) 0-1 2-4 4-8 8-15 15-30 > 30 Exploration/field results and/or laboratory test data contained within this document are intended for application to the project as described in this document. Use of such exploration/field results and/or laboratory test data should not be used independently of this document. Facilities I Environmental I Geotechnical I Materials Geotechnical Engineering Report Westport 24 1 Fort Worth, Texas hierracon September 27, 2024 1 Terracon Project No. 94245346 Unified Soil Classification System Criteria for Assigning Group Symbols and Group Names Using Soil Classification Laboratory Tests A Group Group Name B Symbol Clean Gravels: Cu>_4 and 1<_Cc<_3 E GW Well -graded gravel F Gravels: More than 500% of Less than 50% fines c Cu<4 and/or [Cc<1 or Cc>3.0] E GP Poorly graded gravel F coarse fraction Fines classify as ML or MH GM Silty gravel F, G•" retained on No. 4 Gravels with Fines: Coarse -Grained Soils: sieve More than 12% fines c Fines classify as CL or CH GC Clayey gravel F, 1, More than 50% retained on No. 200 sieve Clean Sands: Cu>_6 and 1<_Cc<_3 E SW Well -graded sand I Sands: ° or more of Less than 5% fines ° 50/o Cu<6 and/or [Cc<1 or Cc>3.0] E SP Poorly graded sand I coarse fraction passes No. 4 sieve Sands with Fines: Fines classify as ML or MH SM Silty sand G• "• I More than 12% fines D Fines classify as CL or CH SC Clayey sand G• "• I PI > 7 and plots above "A" line' CL Lean clay K, I• M Silts and Clays:Inorganic: PI < 4 or plots below "A" line I ML Silt K, I, M Liquid limit less than 50 LL oven dried Organic clay K, I, M," Oi Fine -Grained Soils: rganc: < 0.75 LL not dried OL K, I, M, o Organic silt 50% or more passes the No. 200 sieve PI plots on or above "A" line CH Fat clay K, I, M Inoranic: Silts and Clays: g PI plots below "A" line MH Elastic silt K, I, M Liquid limit 50 or more Organic: LL oven dried < 0.75 OH Organic clay K, I, M, v LL not dried Organic silt K, I, M, Q Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve. " If fines are organic, add "with organic fines" to group name. e If field sample contained cobbles or boulders, or both, add "with I If soil contains >_ 15% gravel, add "with gravel" to group name. cobbles or boulders, or both" to group name. ' If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. c Gravels with 5 to 12% fines require dual symbols: GW-GM well- K If soil contains 15 to 29% plus No. 200, add 'with sand" or graded gravel with silt, GW-GC well -graded gravel with clay, GP -GM "with gravel," whichever is predominant. poorly graded gravel with silt, GP -GC poorly graded gravel with clay. ` If soil contains >_ 30% plus No. 200 predominantly sand, add D Sands with 5 to 12% fines require dual symbols: SW-SM well- "sandy" to group name. graded sand with silt, SW -SC well -graded sand with clay, SP-SM M If soil contains >_ 30% plus No. 200, predominantly gravel, add poorly graded sand with silt, SP-SC poorly graded sand with clay. "gravelly" to group name. E Cu = D6o/Dio Cc = (D36)2 " PI >_ 4 and plots on or above "A" line. D PI < 4 or plots below "A" line. D16 x D6o ° PI plots on or above "A" line. F If soil contains >_ 15% sand, add 'with sand" to group name. Q PI plots below "A" line. G If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. 60 1 1 1 1 For classification of fine-grained soils and fine-grained fraction 50 of coarse -grained soils Equation of "A!'- line a X Horizontal at PI=4 to LL=25.5. — then PI=0.73 (LL-20) 40 w ❑ hoc Equation of "U" -line G ' ? Vertical at LL=16 to PI=', 30 then PI=0.9 (LL-8) a 20 G _J MH or OH IL 10 7 CL - ML 4 -- ML or OL 0 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) Facilities I Environmental I Geotechnical I Materials GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to serve Intermodal Parkway STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135 Revised July 1, 2011 FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT '�s " STANDARD PRODUCTS LIST AS OF 2/4/2025 I erete I Class AJSidewe�,ADA Ramos. Driveways.Curb/Gutter Median Pavement) 19/9/2022 03 30 OU Mirz Ue Iio Ammcm Concrete Company 30CAF029 3000 psi Concrete for SWewalka & ADA Romps 3-5" Slump; 3-6% Av 16/24/2024 03 30 00 Mu Des�op Big Town Concrete 302050-1 3000 psi Concrete for Curbs and Sidewalks 3-5" Slump. 3-6% Air 19/9/2022 03 30 00 Ma Dearg, Bumco Texas 30U101AG 3000 ps, Co.crete Ma for Flamork 3-5" Slump; 3-6% Av 14/12024 03 30 00 Mu, Design Bumco Texas 30U500BG 3000gsi Concrete Mu for Sidewalks 3-5" Slump. 3-6% Av 3 30 00 19/92022 033000 Ma D-Ip, Carder Concrete FWCC502001 3006 psi for Std:,Tt, Dnveways, Ramps, Cmb &Gutter, Elatwork 3-5" Slump; 3-6% Au 3 30 00 19/92022 033000 Mi. Design Carder ConmUe FWCC502021 3510 psi concrete f Sidewalks, Drivewaj'�, Ramps, Curb & Goner 3-5" Slump. 36%Air 19/92022 03 30 00 Ma Des,eo Chisholm Trail R.& Ma C13020AE 3000 psi Concrete fm Drveways, Cmb &Gotta 3-5" Slomp; 4.5-7.5%At, 19/92022 03300 M&Des' City Conmela Comp?4)' 30HA20R 3000 psi Concrete Mix fir Bloc Sidewalks, F7atwork, Pads 3-5"Slump. 3fi%Air 19/92022 033000 0 Ma Degr� Cow Town Redi Min 253-W 3000 psi Concrete Mix Sidewa0. ,ADA Ramps, Driveways, Curb &Gutter, Safety End Treatments, Nov-TxDOT RGammg Walls 3-5" Slump; 3-6% At, 19/92022 03 30 00 Miz DIP, Cow Town Redi Mi. 250 3000 psi ConmUe Mix fir Sidewalks, Driveways, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 03 30 00 Ma Design Cow Town R.& Ma 350 3000 psi Concrete Mix for SW-11-., Dmoways, ADA Ramps 3-5" Slump; 36% At, 3 30 00 11/29/2024 033000 Mu Des1P,p Estrada Ready Mi. R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 3-5" Slump, 36%Air 3 30 00 19/92022 033000 Ma Desgn GCH Comets S-,k. GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Dram Shuctures 3-5" Slump; 3-6%An 19/92022 03 30 00 Miz Desjp Holcim - SOR, Inc 1261 3000 psi Concrete Mix fir Sidewalks 3-5" Slump, 36% Air 19/23/2024 03 30 00 Ma Design Holcim - $GR, Inc. 5177 3000 Ni Concrete Mu for Sidewalks, Curbs and Gutters 3-5" Slump; 36% Av 3 30 00 19/92022 033000 Mu D' p Holcim - SOR, Inc. 5409 4000 Ni Concrete Mu for Sidewalks, Inlets 3-5" Slump, 3-6 Air 14n2023 03 30 00 Ma Design Ligmd Stove C301D 3,000 psi Coasts for Sidewalks, Approaches, and Driveways 3-5" Slump; 36% Air 19/92022 03 30 00 Mi. Design Martin Marietta R2136214 3,000 psi Co,crero for Sidewalks & Ramps 3-5" Slump, 36%Air 19/92022 03 30 00 Ma Design Mart, Manetta R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 36,r %A 14/12023 03 3000 Mi. Des�p Marlin Marietta R2136N14 5.00 sacks / 3,000 n i concrete for Sidewalks 3-5" Slump. 3-6%Air 16/12023 03 3000 Ma Design Mart, M—R. R2136R20 3,000 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3-6%Ao 16/1/2023 03 30 00 Mi. Desp Marlin M.M. R2136N20 3,000 psi Concrete f Sidewalks and Ramps 3-5" Slump. 3-6%Ab 11122022 03 3000 Ma Des,g, Mari, Manetta R2141K24 4,000 ps, Coocrete for Ju.a,o. Boxes, Sidewalks and Ramps 3-5" Slump; 3-6%An 14/7/2023 03 30 00 Mi. Design Marlin Marietta psi 3,000 psi concrete for sidewalks and ramps 31" Slomp. 36%Air 19/9/2022 03 30 00 Ma D-Ip, Mart, Ma.ala R2131314 3,000 psr Concrete for Sidewalk, & Ramps 3-5" Shoop; 3fi%Air 19/92022 03 30 00 Mi. Design Marlin M.W. R2132214 3,000 psi Concrete for Sidewalks & Ramps 31" Slump, 36%Air 19/9/2022 03 30 00 Ma Dories Mart, Ma.Mta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slomp; 4.5-7.5%An 110/42023 03 30 00 Mu Des�p NBR Ready Mi, CIS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Cuff & Gutter 3-5" Slomp, 36%Air 110/4/2023 03 30 00 Ma Design NBR Ready Mix CLS A -NY 5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slomp; 3-6%At, 17/102023 03 30 00 Mi. Desi.g M n 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump, 36%Air 11/18/2023 03 30 00 Ma Design RVA Redi Ma RRM5020A 3000 psi Concrete f Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 3-6%Ai, 11242023 03 30 00 Mu Des1F Rapid R.& Mi. RRM5525A 3600 psi Concrete for Sidewalks, Approaches, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 - D3 30 00 Ma Desrgo Red, -Mix IOL11504 6 00 Sacks / 4,000 Ni Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Jovctlov Boxes 3-5" Slump; 36 n %A 110242024 -D3 30 00 Mu D' p SRM Concrete 30850 3000 psi Concrete for Sidewalks & ADA Ramps 3-5" Slump, 36%Air 333000 110/24/2024 1333000 Ma Design SRM Co.crete 30350 3000 Ni Concrete fro Sidewalks & ADA Ramps 3-5" Slump; 3-6%Air 110/182024 -D3 30 00 Mu D-0 SRM Concrete 30050 3000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Cuff and Gutter, Driveways, Barrier Ramp 3-5" Slump, 36%Air 19/9/2022033000 Ma Design Tarrant Coasts FW5025A 3000 Ni Concrete Mi. fir Coda & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Shsmp; 36%Air 19/9/2022 -33 30 00 Mi. Design Taaam C.­CP5020A 3000 psi Concrete Mix for Crrb and Gutter 3-5" Slump, 36%Air 110/102022 033000 Ma Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 3-5" Slomp; 3-6%Ao 19/9/2022 -33 3000 Mi. De10 Tam„t Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Apm000hes, ADA Ramp, Cuff and Gutter 3-5" Slump. 3-6%Air 19/9/2022 -33 3000 Ma Des,g, To. Ready Ma 3020AE 3000 psi C..crete for SWew.IV, 3-5" Slomp; 3-6%Ao 19/92022 03 300 Mu Des�9n True Gri[ Rd i Mu 0250.230 3000A� �f Ramps sways, 19/92022 D3 30 00 1 �aee CB /In� Mu, Dest M��yr Manholes, Junction True Grit Redi Mu 0250.2301 Boxes.rncasemenJJ BlocBng. Co..- Lightpxrt Foundations) 300 Conmete Mix f Cuib & Gutter, Dn Sidewal , ADA Rom s 31" Slump, 36%Ab 19/92022 03 30 00 Moe Des,g. Ammca. i,ovcrete Company 40CNF065 4000 psi Coocrete for Manholes & Utlhty Stmctures 3-5" Slump; 0-3 % Av 19/9/2022 03 3000 Mix MIr Bumco Texas 40U500BG 4000 psi Concrete Mix fm Storm Drain Stm .N , Dmewa�s Screen Walls, Collars 3-5" Slump. 3-6%Ai, 19/92022 03 3000 Ma D.op, Cow Tow. Red, Ma 255-2 3000 psi C..crete Ma for Inlets, Thmst Blmk,g, Coocrete 6vcasement 3-5" Slump; 3-6%Av 19/9/2022 03 30 00 Mi. Design Cow Town Redi Mie 355 3000 phi Concrero Mix f h,las, Thmst Blotto; ConmUe E.casement 31" Slump, 36%Ab 19/9/2022 03 30 00 Ma D-Ip, Cow Town Red, Ma 255 3500 psi Concrete Mix for Fkm.,k, I.].', Th—t &.g Co— Encasement 3-5" Slump; 3-6%Au 19/92022 03 30 00 Mi. Dlon Cow Town Roth Mi. 270 5000 psi C0000 a Mix f Cast -in -Place Box Culverts 31" Slump, 36%Air 19/9/2022 03 30 00 Ma Design Cow Town R.& Ma 370 5000 psi Coo —to Mix for Cast -,-Place Box Culverts 3-5" Slomp; 3-6%An 19/9/2022 03 30 00 Mu DIP Cow Town Re& Mi. 353 3000 psi Concrete Mi, for Sidewalks, ADA Ramos, Driveways, Curb & Cmner, Safety End Tmamaent,, Nov-TxDOT Retaining Walls 31" Slump, 36%Air 19/9/2022 033000 Ma DmIip Cow Town Roth Ma 257 3600 psi Concrete maforValley Guitar, Lightpole F000datioos 3-5"Slu3-6%A, m; 19/9/2022 033000 Miz D-01 Cow Town Redi M& 357 3600 psi ConmUe Mix fir Valle Goners, Lightpole Foundations 3-5"Slum, 36%Ai, 19/9/2022 03 30 00 Ma Design Hold. SOR, Inc. 1701 4000 psi Concrete Mix for Stprm�ram Swcmres, Sanitary Sewer Manholes, Junction Box 3-5" Slump; 3-6%At, 19/9/2022 033000 Mix D-01 Holcim-SOR, Ins 1551 3000 psi ConmUe Mix fir Blockii�$$ 3-5"Slump, 3-%Air 3 30 00 19/92022 033000 Ma Design Holcim - SOR, Inc. 5409 4000 psi Concrete Mix for S,dewa&s, Inlets 3-5" Slump; 3-6%An 14272023 03300 0 Mu Des1P,p Liquid Stour C361DNFA 3,600 psi Concrete for Retaining wall, drivewa ,junction box apron, approach 3-5" Slump, 36%Air 3 30 00 I9/92022 033000 Ma Design Mart, Mantua R2141230 4,000 psi Concrete for M-holes, Inlets & H..Aw. S, Valve Pads 3-5" Slump; 36%An 18/42023 03 30 00 Mu D-0 Mani, Marietta R2141R24 5.53 Sacks / 4,000 psi Concrete for Junction Box, Box C,l—, Sidewalks and Ramos. 3-5" Slump, 36%Air 1112M023 033000 Ma Design Mart, Manetta R2146R33 60l Sacks/4,000psi Concrete Mu for CIPSewer Manholes 3-5"Slum;36%Ai, 111202023 033000 Mi. Design Martin Marietta R2146K33 6.01 Sacks/4,000 psi Coocrete Mi. for CIP Sewer Manholes. 3-5"Slump, 36%Air 19/9/2022 03 30 00 Ma Design Mart, Manetto R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls 3-5" Slump; 4.5-7.5%An 19/92022 03 3000 Mi. Delp Marlin Marietta R2136224 3,600 psi Concrete f Curb Inlets 31" Slump. 3-6%Air 19/9/2022 03 3000 Ma Des,g, Mart, M—R. R2141233 3,600 psi Coocrete for Storm Stmctures, Inlets, Blmk,g & E.ca-o- 3-5" Slomp; 3-6%Ao 19/9/2022 03 30 00 Mi. Des�9p Martin Marietta R2146038 4,500 Ri Concrete fm Inlets, Strom Di, St ,c s 31" Slomp. 3-6%Air 110242024 03 3000 Ma Des,g, Mart, M-coo R2146K34 4000 psr C-0c f,r Inlets, Mmiholes, Headwalls, Thmst Blocks, Colima 3-5" Slump; 3-6%Au 19/122023 033000 Mi. Design NBRR7a Mix CISPI-YY 6.00 Sacks/4,000��{{ggi,C—o- for C.11m, Manholes, Box Culvert 31"Slump. 36%Air 19/92022 03 30 00 Ma DmIp, NBR Ready Mix TX C-YY 3000 psi Concrete Rxix for Corb lnlets 3-5" Slump; 3-6%Air 19/92022 03 30 00 Mix Design NB Read Mix TX C-NY 3000 psi ConmUe Mix fir Cuff lolels 31" Slump, 36%Air 11/182023 03 30 00 Ma Dmgn Rapid Ro'd a RRM5320A 3000 psi Concrete fro Bl-kmg 3-5" Shoop; 3-6%At, 11/182023 03 3000 Ma Design Rapid Red, Ma RRM6020ASS 4000 psi Concrete for Sturm Dro, Structures 3-5" Slomp; 3-6%Ao FORT WORTH,. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Concrete (Continued) I10/24/2024 03 30 00 Mu Des, SRM Concrete 40350 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump. 3-6% Ai, 110/24/2024 03 30 00 MM. Des gn SRM Concrete 40850 4000 psi Concrete for Inlets, Manholes, Headwalls, Thmst Blocks, Collars 3-5" Slump; 3-6%Au I9/l6/2024 03 3001 Mu Des , SRM Concrele 35050 3500 psi Concrete for Tluuat Blocks and Collars 3-5" Slump. 3-6% A'v I9/9/2022 03 30 00 M. Design Tartan[ Concrete FW5320A 3000 psi Concrete Mix for Blocking 3-5" Slump; 36% Aa 110/]0/2022 033000 M. DesfnewaDa, Crete TCFW6025A2 4000 psi Concrete for Manholes 3-5"Slump; 3fi%An, I ass C fHea waD,, N�` Culverts, Dr�Tana Sha is Willed I Drilled 8hefta :919/2022 03 00 Mve Design Bumco Texas 36U500BG 3600 osi Concrete Ma for Loil tm¢ and Traffic S,¢na1 Foundations (Drilled Shafts) 5.5-7.5" Slump; 3-6% Av 1.11023 03 30 00 Mu Des , Cow Town Redi Mu 360-DS 3600 osi Concrete for Drilled ShafLiehtine and Traffic Siena! Foundation (Drilled Shaf[sl 5.5-7.5" Slump. 3-6%A, I10/30/2024 03 30 00 M. Design Estrada Ready Ma R36575AEWR 3600 osr Concrete for Dolled Shah/L thtin¢ and Traffic Si¢nal Foundation!Drilled Shafts) 5.5-7.5" Slump; 3-6%An I12/52022 03 30 00 Mu Des , Hold. - SOR Inc 1822 3600 vsi Concrete for (Dialed Shafb)/Liehting and Traffic Signal Foundations 5.5-7.5" Slum,, 0-3%1 I9/92022 03 3000 M. Design Holcun - SDR, Inc 1859 4000 osr Concrete for fDrRled Shaftsld.i¢hhn¢snd TmlEc Si¢nal Foundehons 5.5-7.5" Slump; 3-6% Av I4n/2023 03 300 Mu Des , L�%��:d Slone C361DHR 3.600 osi Concrete for (DrIDed Shuft)/Liehtine and Traffic Signal Foundations 5.5-7.5" Slump. 3-6% Ai, I6272023 03 3000 M. Design Maihn Manette U2146N41 6.44saeks / 3.600 osi Concrete for (Drilled Shaft,) / Lr¢htm¢ and Traffic S,¢ne1 Foundehons 5-7" Slump; 3-6% Av 16272023 03 300 Mu Des , Marlin Marietta U2146K45 6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehting and Trefic Signal Foundations 5-7" Slump. 3-6%Ah I8222024 03 30 00 Mve Design NBR Ready Ma 135K2524 3500 osi Concrete for!Drilled Shaft) Li¢htoole Foundehons 5.5" S1omp; 3-6% Av I8222024 0``3 3000 Moe De'a n NBR Read, Ma 135K0524 3500 vsi Concrete for (Dialed Shaft) Liehtvole Foundations 5.5" Slump; 3-6%An I Vther AppBeaaons I9/9/2022 03 30 00 Min Design Ca der Covade FWCC602001 4000 psi Concrete fr Storm Dmin Stnietares, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 3-5" Slump. 3-6%Ah I9/92022 03 3000 Ma Design City Coi aete Company 40LA2011 4000 psi Coi aete M. for Stoma Dram Shuaures 3-5" Slump; 3-6%Au I9/9/2022 03 300 Mu Des , Cow Town Redi Mu 260-2 3600 osi Concede Mu for Box Culverts, Headwalls 3-5" Slam,, 3-6% A'v I9/92022 03 30 00 Ma Design Cow Town Red, Ma 360-1 3600 psi Concrete Mix for Box Culverts, Headwalla, Wingwalls 3-5" Slump; 3-6% Aa 3 30 00 I9/9/2022 033000 Mi. Design Cow Town Redi M& 260-1 3600 g�i Concede Mix for Headwalls 3-5" Slump. 3fi% Air I1292024 03 30 00 Ma Design Estrada Ready Mix R3655AEWR 550 Sacks / 3,600 psi Comae fin HeAwaps, Wmgwalls, and Culverta 3-5" Slump; 3-6%Air I9/92022 03 30 00 Mu Desiaa GCH Concrele Services GCH4000 4000 psi Concero for for Sidewalks, Ramps, Headwalls, hdets, and Storm Draw Structures 3-5" Slump, 3-6%Air I9/92022 03 30 00 Mve Design Hold. - SOR, Inc. 1851 4500 psi Concrele for Stoon Dram Structures, Hand Placed Paving 3-5" Slump; 36%At, I4/12023 03 30 00 Mu D-01 Marlin Marietta 3 JOLBP 3,600 pQhi Concrele for Reta�' -'9y Walls 3-5" Stomp, 4-7%Ai, I8/30/2023 03 30 00 Moe Design Mahn Maoata R2141R30 5 85 SK/ 4,000 psi Concrete m Box Culverts & Headwalls 3-5. SlumP; 3-6% Ah I9/92022 03300 0 Mu Des* lip Martin Marietta R2146035 4,OOO psi Concrele for Manholes, inlets &Headwalls, Valve Pads 3-5" Slump, 3fi% Air I9/9/2022 033000 3 30 00 Ma SRM Concrete 40050 4,000 psi Covaete for Headwalla, Raa..g Wall, Collars 3-5" Slump; 3fi%Air I9/92022 033000 3 30 00 Mh' DesIPp SRM Concrete 35022 3,600 pai Concrete for ]unction Box, Rdawwa Walls 3-5" Sump, 3fi%Ah I4/12024 03 30 00 M. Design SRM Concrete 45050 4500 psi Concrete fin--.— SSc 3-5" Slump; 36%Air I9/92022 033000 Mi,Des�"P Tarrant Concrete FW6020A2 4000 psi Concrete Mi, for Sturm Draw Structures 3-5" Slump, 36%Air I lass P fMacLie Placed Pavin¢) 1624/2024 321313 Mix Desp B?Town Concrete 360060-1 3600 psi Concede for Machine Placed Pavl9j L-3"Slum,. 3-6%Ah I6242024 32 M. Design Big Town Concrete 362060-1 3600 psi Comae for Mach —Placed Pavmg t-3"Slump; 3-6%Av I9/9/2022 32 13 l3 Mi. Dee , Carder Concede FWCC552091 3600 psi for Machine Placed Pavia 1-3" Stamp, 3-6%Ah I9/92022 32 13 13 Ma Design Carder Concrele FWCC602091 4000 psi for Mach.e Placed Paving 1-3" Slamp; 3-6 An I9/9/2022 3213 L3 Mi. Design City Comae Coo, 36LA2011 3600 pin Concrero Mix for Machine Placed Paving L-3"Slump. 3-6 Air I9/92022 33 13 13 M. Desrgo Cow Town Pe. Min 257-M 3600 psi Concrete Mix for Machine Placed Paviag 1-3" Slump; 36% Air I1l/142022 321313 M&Della Cow Town Redi Mix 357-M 3600psi Concrete Mixfr Machine Placed Paving 1-3"Slump. 36%Air I9/92022 3213 l3 Ma Design Cow Town Redi Ma 260-M 4000 psi Concrete Mix for Mach.e Placed Paving 1-3" Slump; 3-6 At, I9/92022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000P�i Concrete Mix fin Machine Placed Pavii'44�� L 3" Slump, 3-6 Air I2/62024 321313 Ma Design Estrada Ready Mix TD3655AEWR 5505acks/3,600 psi Concrete for Machine Placed Paving 1-3"Slump; 3-6%Ah I8/4/2023 321313 Mix Design Mani Marietta Q214IR27 5.69 sacks/4,000 psi Concrete for Machine Placed Pavw¢ 13"Slam,, 36%Air I11/2/2022 32 13 13 Ma Design Mat. Maoata Q214IK30 4,000 psi Covae. for Mach.. Placed Paving 1-3" Slump; 3fi% Air I10/42023 3213 l3 M&Des�p NBR Ready Mix TXCSP-YY 5.50 Sacks/3,600 psi Concede for Machine Placed Paving 13"Slump, 36%Air I10/4/2023 32 13 13 M. Design NBR Ready Mix TX C SF -NY 5 50 Sacks / 3,600 psi Concrete for Machine Placed Pay.g 1-3" Slump; 36% Air I10242024 321313 Mix D-01 SRM Concrete 40068 4000 psi Concrete for Machine Placed Paving 1-3"Slump, 36%Air I10/24/2024 321313 M. Desip, SRM Concrete 40825 4000NiConcretefor Machine Placed Paving 1-3" Stamp;36%Ah 19/162024 321313 Mu Des�gp SRM Concrete 40@5 4000 psi Concrero for Machine Placed Paving 1-3"Slump, 36%Air Il0/182024 321313 Ma Desgo SRM Concrete 35023 3600NiConcrerofor Machine Placed Paving 1-3" Slump; 36%Air I9/92022 32 13 13 Mu Design Tannot Concrete FW5520AW 3600 psi Concrete for Machine Placed Paving 1-3"Slu 36%Ah I9/92022 32 13 13 M. Design Tme Got Red, Moe 0255.2301 3600 psi Concrete M. for Meeh.e Placed Paving l-3" Slump; 3 5-6 5%Au I9/9/2022 13 13 M. Dear Tme Got Red, Mve 0260.2302 4000 psi Comae Mm for Machine Placed Pavan, l-3" Slomp; 3 5-6 5% An 9 I Class R !Rani I Placed ,Min) I9/9/2022 32 13 13 Mis Desp American Concrete Company 45CAF076 4500 psi Concede for Hand Placed P.i a 3-5" Slump. 3-'%Ah I522023 32 13 13 M. Design Big D Concrete CM14520AE 4500 psi Comae for Hand Placed Pev.g 3-5" Slump; 3-6%Au I9/9/2022 32 13 13 Mu Des , B� Town Concrete 452065-1 4500 osi hand �laced,avwa 3-5" Stamp, 3-6%Ah I9/92022 32 13 l3 M. Design Big Town Concrete 450065-1 4500 psi hand placed p..g 3-5" Slump; 3-6% An I9/9/2022 32 13 l3 Mix Deign Bumco Tenors 45U500BG 4500 pai Concrete Mix fr Hand Placed Paving, Sronn Srucures 3-5" Slop. 36%Air I9/92022 32 13 13 Ma Design Ceder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving 3-5" Slump; 3-6%Air I9/92022 321313 Mix Deiaa City Concrete Comp�agy 4SNA206 4500 psi Concrete Mix fr Hand Placed Pavia 3-5 "Slump. 36%Air I9/92022 32 13 l3 M. Design Cow Town Re6 Min 265 4500 psi Concrele Mix for Hand Placed Paving 3-5" Slump; 3-6 At, I9/92022 321313 Mix Deign Cow Town Redi Mix 365 4500y�iConcrete Mufr Hand Placed Pavi'4� 3-5"Sl"" -6%Air I1/29/2024 321313 Mve De""' Estrada Ready Mix R4560AEWR/ 6005acks/4,500 psi Coacrete for Hand Placed Paving 3-5"Slump; 4-6%Ah I9/9/2022 32 13 13 Mix DeIP,p GCH Concrele Services GCH4500 4500 psi Concrero Hand Placed Pavia 3-5" Slump, 36% Ah I10/4/2024 321313 Muc DenRa Holeii-SOR, Inc. 5507 4500 psi Concrete Hand Placed Paving 3-5"Slump;36%Ah I9/92022 32 13 13 Mh' De Hold. - SOR, Me. 1851 4500 psi Concede for Stom, Drain Sttaaure, Hand Placed Pavia 3-5" Slump, 36% A'v I1122022 32 13 13 Mi. Dergu Mani. Marietta R2146N35 6.11 sacks /4,500 psi venen a fin, Hand Place Paving, hdds, Ma�oles, Headwalls 3-5" Slump, 36%Air FORT WORTH,. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Concrete(Con'inued) 18/4/2023 32 13 13 Mac Desp Marlin Male, R2146R36 6.17 / 4,500 psi Concrete fr Hand Placed Pavmg 31" Slump, 3-6%Ate 111/1/2022 32 13 13 Mu Design Mart, Marlette R2146N36 4,500 psi Covcmte for Heed Placed Pav,g 3-5" Slump; 3-6% At, 11l/2/2022 32 13 l3 Mac Dee' Marti. Male, R2146K36 4,500� Concrete fr Hand Placed Pav' a 3-5" Slump. 3-6% Av 15222023 321313 Ma Design Mart, Marlette R2146K37 6.22sack/4,500 pa Concrete for Hand Placed Pavmg 3-5"Slump; 3fi%At, 112/22/2023 321313 Mix Desipp Marti. Marie, R2146R44 6.605acks/4,500psi Concrete Mixfr Hand Placed Pavmg 3-5"Slump.36%Air I U/22YL023 32 13 l3 Ma Desigv Mahn Maneta R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Pavmg 3-5" Slump; 3fi% Air 111/152022 32 13 l3 Mu Design Ma1W Marietta R2146P36 4,500 psi Concrete for Hand Placed Pavmg 3-S" Slump. 36%Air I11/1 S/2022 3213 l3 Ma Design Mat, Marleta R2146K36 4,500 psi Covaete for Hand Placed Paving 3-5" Slump; 3fi%An 19/92022 32 13 13 Mu Desl�p Ma1W Marietta R2147241 4,500 psi Concrete for Hand Placed Pavmg 3-5" Slump, 4.5-7.5%Air 19/9/2022 3213 L3 Ma Design Mat, Marietta R2146236 4,500 pst Coverete for Hand Placed Pavmg 3-5" 91nmP; 3fi% An 19/9/2022 32 13 13 Mu Des1P,p Manta Marietta R2146036 4,500 psi Concrete for Hand Placed Pavmg, hdets 3-5" Slump, 36%Air 19/9/2022 32 13 13 Ma Destgo Mat, Maneta R2146242 4,500 psi Covaete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mu Des1P,p Manta Marietta R2146042 4,500 psi Concrete for Hand Placed Pavio\ 3-5" Stamp, 36% Ai' 110/4/2023 32 13 13 Mu Destgo NBR Ready Mix CLS P2-YY 6 50 Sacks / 4,500 Ni Covcrete for Heed led Pav,g 3-5" Slump; 3fi% Ah 110/42023 321313 M&Dear NBRReady Mu CLS P2-NY 6.50 Sacks/4,500 psi Concree for Hand Placed Pa,Wg 3-5"Slump, 36%Air 17/10/2023 32 Mu D—pi Osbum 45A60MR 6SK/4,500 pst Concrete for Hand Placed Paving 3-5"Slump; 3fi%Air 11/24/2023 321313 Mu Des�p Rapid Re&Mu RRM6320ARP 4500pei Concretefor Hand Placed Pavmg 3-5"Slump,36%Air 1l/13/2023 321313 Mu Desigo BRM Concrete 45023 4500 psi Concrete for Heed Placed Pav,g 3-5"$tamp; 3fi%Ai. 19/92022 32 13 13 Mu Design SRM Concrete 45000 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump, 36%Ate I10242024 32 13 l3 Ma Design SRM Cov—te 45350 4500 pst Concrete for Hand Placed Pav,g 3-5" Slump; 3-6%Au 110/24/2024 32 13 13 Mi. Dead SRM Concrete 45850 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump, 3-6%Ate 110/182024 321313 Ma Design SRM Covc.. 45050 4500 pst Concrete for Hand Placed Pav,g 3-5"Slump; 3-6%Av 19/9/2022 321313 Mhc Design Tarrant Concrete FW6020AHP 4500 psi Concree Mix fr Hand Placed Pavmg 3-5"Slump.36%Ate 19N2022 32 13 l3 Ma Design Tartant Covcrete FW60AHP 4500 ps, Concrete Ma for Hand Placed Paving 3-5" Slump; 3fi%At, 19/92022 32 13 13 Mix Design Tavant Concrete TCFW6020AHP 4500 psi Concrete Mix fr Hand Placed P-i g 3-5" Sluing, 3-%Air 19/92022 3213 l3 Ma Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Pav,g 3-5" Slump; 3fi% Air 19/9/2022 321313 Mi.Desi,t True Grit Redi Mie 0260.2301 4500 psi Concrete Mu fr Hand Placed PuvWg 3-5"Slump. 36%Air 19110. 3213 13 Ma Design T1ue Gnt Re6 Ma 0265 2301 4500 psi Concrete Mix fr Valley Gutters, Hand Placed Paving 3-5" Slump; 3.5-6 5%Air 19/9/2022 321313 Mix Des True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Pavmg 3-5 "Slump, 36%Ai, 110/92024 32 13 13 M. Destgn Wildcatter 4520AI 4500 psi Concrete for Hand Placed Paving 3-5" Stamp, 36%Air 1 hLee HES GI 77h Earl, Strength Paving) 19/92022 3213 13 Mu Design Big D Concrete 14500AE 4500 psi Concrete f,, High Early Strang£ Pav,g 3-5" Slump; 3-6%Au 19/9/2022 32 13 13 Mu Desp Bumco Texas 55U120AG 4000 psi Concrete Mi. for High Early Strength Paving 3-5" Slump. 3-6%Ate 19/92022 321313 Mu Design Cow Town Redi Mix 370-INC 4500 pst Concrete for HES Pev,g 3-5 "Slump; 3-6%An 19/9/2022 321313 Mi. Desigp Cow Town Rath Mi. 375-NC 5000 psi Concrete for HES Pavmg 3-5"Slump. 36%Ate 19/92022 3213 L3 Mix Design Cow Town Re&Mix 370-NC 4500 psi Concrete for HES Pav,g 3-5"Slump; 3fi%At, '1/182023 321313 Mi. Design Cow Town Redi M& 380-NC 4500 g�i Concreefor HESPuv�' ° 3-S"Slump.36%Air 11292024 3213 l3 Ma Deagn Estrada Ready Mix 4575AESC 7 50 Sacks / 4,500 psi 13,000 p (al 3-day) Covcrete fr HE$ Pav,g 3-5" Slump; 3fi% Ai' 19/92022 321313 Mi. Des�p Holcim-SOR, Me. 2125 SOOO psi Concrete for HES Pavmg 3-5"Slump.36%Ai, 11/24/2023 3213 l3 Ma Deagn Liquid Stone C451DHR-A 4500pst Coverete for HES Pav,g 3-5" Slump; 3fi% Air 14/72023 32 13 13 Mix Des'gp Marlin Marietta R2161K70 6,000 psi (3,000 psi R 24 hrs.) fr HES Paving 3-5"S tamp, 36%Air 12/10/2023 32 13 l3 Ma Destgo SRM Co. —le 50310 5,000 pst Covnerete for HES Pav,g 3-5" Slump; 3fi% Air 19/9/2022 32 13 13 Mix DIP, SRM Concrete 40326 4,500 (3,000 \' 3-&ys) psi Conuete for HES P-i g 3-5" Stamp, 36%A'v 19/92022 32 13 13 Mu Design TamnI Corvette FW6520AMR 4500 (3000 psi (d, 3days) psi HES Pavmg 3-5" Stamp; 3fi% Ai, 19/92022 32 13 13 Ma Descp� Taant Concrete FW7520AMR 4500 (3000 pet (d, 3days) psi Concrete HES P—g 3-5" Stamp; 3fi% Atr I bass S (Brideee Top Slabs of Direct Traffic Culverts. Approach Slab") 19/9/2022 32 13 13 Miz Des Cow Town Redi Mix 260 4000 psi Concrete Miz fr Bri��FI�°vve Slabs, Box Culverts, Headwalls 3-5" Slump. 3-6%Ate 19/9/2022 32 13 13 Mu Design Cow Town Redi Mu 360 4000 pst Concrete Mu for Britlge Slsbe, Box Culverts, Headwalls 31" Slump; 3-6% At, 11/2 022 32 13 l3 Mu Desp Cow Town Redi Mu 365-STX 4000 psi Concrete for Bridge slabs, t,� slabs ofdi—I traffic culverts, apt uch slabs-TXDOT Class S-No Fly Ash 3-5" Slump. 3-6%Air 11292024 321313 Mu Design Estrada Ready Mix R4060AEWR 6.00 Sacks/4,000 psi Concrete fr Bridge Slabs, Top Slabs, and App� cli Slabs 4-6 Slump; 3fi%At, 15/3/2023 32 13 l3 Mi. Del= Malin Marie, M7842344 4,000 tR��i Concrete fr Bridge Deck 3-5" Slump, 4.5-7.5%Air 14/12023 3213 l3 Ma Design Mart, Marietta R2146P33 6.01 sera lu / 4,000 psi covcrete for Bridge Deck 3-5" Shmp; 3fi% Air 14/152024 321313 Mu Design NBR Ready Mix TXS-NY 5.50 Sacks/4000yysl Concmte Mi. for Class S Slab Pavmg-No Fly Ash 3-S"Stamp. 36%Air 14/152024 32 13 l3 Mu Deagn NBR Ready Mix TX S-YY 4.50 Sacks / 4000axi Concrete Mix for Class S Slab Pavmg 3-5" Slump; 3fi% Air 3213 l3 Ma Desig�n SRM Coverete D100008553CB 4,000 psi Cone for Bdiidge Approach Slab, Deck Slab 3-5" Sh— 3fi%Ab :115/1023 I ipmrete Ba"etrwch Re pair 14/12023 03 34 16 Mix Desjyp 19/92022 \OC3 34 l6 I Mix Dcslllhr IH�co Texas 08Y450BA 800 osi�Conocrete Ma for Ht a fr Treiirch Rape? 5-7" Sllump. 3 61%A'%v I onlrol1w Low Strrnet Metetial 19/9/2022 03 34 13 Mu Design Bumco Texas OIY690BF 100 psi Concrete Mu for Flowable Fill Flowable; 8 5-11.5%Air 19/9/2022 03 Mac Desp Carder Couuee FWCC359101 50-150psl Flowable PW-CLSM 3-5"Slum(, 8-12%Ab 19/9/2022 0334 L3 Mix Design Cader Concrete FWFF237501 50-150ps,Flowsble Fdl-CLSM Flowab1e;15-11.5% 19/9/2022 0334 L3 Mix Desipp City Concrete CompIX y 11-350-FF 50-150p/ei Concrete fr Flowable FM-CLSM Plowable, 8-12%Air 19/92022 033413 Ma Desgt Cow Town RediM Mug9 70 ps, Fl wable Pdl-CLSM 7-9"Slump; 8-11%Air 110/42023 0334 13 Mi. Di, NBR Ready Mix FTW FLOW FILL 150n�i concrete Cor Flowable 7-10"SW 18-12%A'v 19/9/2022 033413 Rttt Mi.Design Tarrant Concrete FWFF150CLSM 50- 0 psi Flowable Fill -CLSM £Towable, 2%Air 14/ 4lI313700 IMuDsn M, Mrle e JR216 R24033 4000 pConce fr R.- .si reo " -/2023 I3-5Slm36%Au 1 A�Ihalt Pavin7 19/92022 3112 16 16 Mu Design Aust, Asphalt FTSB117965 FT5BI17965 PG64-22 Type B F,e Base 19/9/2022 32 12 Mu Desp Asti, Asphalt FT B139965 FF1B139965PG64-22TaYIkBFine Hase 19/92024 321216 Ma Design Aust, Asphalt FT]B1172 FT1B117.2PG64-22TypeB F,e Base 15/12024 32 12 l6 Mu Desigp Reynolds As1{halt 340-DG-B P 340-DG-B PG64-22 Ty1� B Base Course 19/92022 3212 l6 Ma Design Reyvolds Asphalt 1112B 11012B PG64-22 TypeB A,e Base 19/92022 32 12 l6 Mix Desigp Reyvolds AA halt 1612B 1612B PG64-22 T}��', "B Pine Base 112/52022 331216 Ma Deaeo Suninount Fav,g 3076BV6422 3076BV6422 P2(; 2i Type B Fine Base 19/92022 32 12 16 Mu Des�p Sunntount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 T e H FWe Hase 19/92022 3212 16 Mu DMD'i TXBIT 37-211305-20 37-211305-20 PG64-22 Type B e Base 19/9/2022 321216 Mu Des TXHIT 44-211305-17 44-211305-17 PG64-22 Type H Fie Base 19/9/2022 32 12 16 Mi. Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fie Base FORT WORTH,. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Asphalt(Co firmed) 19/92022 32 12 16 Mix DesOaf TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface I4/12024 32 12 l6 1 Mix Des�e TXBIT 344 MAC-SP-D 70-22XR 344 MACSP-D 70-22XR SAC A-R Tvce D Fme Surface 19/9/2022 eteotable 21320 a i 77 Su�ace DW$-Pavers Pme Hall Bnck(Wmsmn Salem,NC) Todd, Pavers 19/92022 213 20 TOWS -Pavers Western Brick Co. (Houston, TX) Detectable WaMnt, Pavers 19/92022 321320 �31 DWS-Composite Armor Tile 19/9/2022 32 13 20 TOWS -Composite ADA Solutions (Wihnin¢ton, MA) Heritage Brick CIE Composite Paver I4/72023 321320 TONS -Pavers ADA Solution,(Wiliongion, MA) Detectable Wemmg Pavers I SWcooe Joint Sealant 19/9/2022 32 13 73 Joint Sealant Dow 890SL 8905L - Cold Applied Sit��e Component, I ficone Joint Sealant ASTM D5893 I9/92022 32 13 73 lomt Sealant To — 90OSL 900SL - Cold pp tart, Smg a Componrnt, Sihcone Jomt Sealant ASTM D5893 IdAp -Cold conetJoin[ ASTM D589 I9 9/2022 321373 Joint Sealant Corho RoadSaver Silicone RoadSaveroSifi—c h'ed, 5e gle Component, Stl Sealant ASTM D58933 1 Udlitv Trench Embedment Sand on ute, �s }� dn- Send ASTM 31 I9 92022 33 OS l0 Embedment Sand Crouch Materials UtdiNty mbedmrnt Send ASTM C33 19/9 S it — Crib I9 92022 3305 10 Embedment Sand F and L Dut Movers Ut tiNty mbedtnent Send ASTM C33 19/92022 3305 10 Emb dm,,t Send Tm Top Mortm Manette Uhh v Embedmmt Sand ASTM C33 1 Storm Sewer- Manholes & Bases/Frames & Covers/Stendard JRound)11-01 13 19282018 33 05 13 Manhole Flames and COVET, A.00ast (Govin Steel Company, LTD) MHRC #220605 MHRC #220605 (Size -•e24" Die.) ASTM A48 AASHTO M306 19282018 33 05 13 Manhole Cove Neenah Four, NF-1274-T91 NF-1274-T91 (Size -32" Dia) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Formes end Covers Neeneh Foundry NF-1743-LM (Hlvged) NF-1743-LM (Hinged) (Sze- 32" D.) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Frame Neenah F,_ NF-1930-30 NF-1930-30 (Size - 32.25" Dia) ASTM A48 AASHTO M306 I9282018 330513 Manhole Formes and Covers Neenah Foundry R-1743-HV R-1743-HV(S--32"Din) ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Frames and Covers SIP htdustries++ 2279ST 2279ST (Size - 24" Diu)) ASTM A48 AASHTO M306 I4/32019 3305 13 Manhole Formes and Covers SIP Industnes++ 2280ST 2280ST (So c - 32' Dm) ASTM A48 AASHTO M306 110/8/2020 3305 13 Manhole Frames and Covets EJ (FomtaQy East Jordan bon Works) EJI033 M/A EJ1033 Z2/A (Size -32 25" Dia.) ASTM A536 AASHTO M306 13/8/2024 3305 13 Cmb Inlet Covers SIP Industnes++ 2296T 2296T (Sze-' 24" Too.) ASTM A48 AASHTO M306 16/182024 3305 13 Curb Inlet Covers SIP Industnes++ 2279STN 2279STN (S ze-24" Too.) ASTM A48 AASHTO M306 —Note: AI/new developmen(andnew insmlluimanhole lids shall meet the minimum 30-inch opening regm eom—peckedin OVSpecifi-A. 33 05 13. Any smaller opening sins will Doty beallowedfor ermig manholes ehm requirereplecemeneframes and covers I Storm Sewer- Inlet & St m r, s 33-05-13 110/8/2020 33 49 20 Cvrb INete Fonema FRT-l0x3-005-PRECAST'" (Scw-10' X 31 ASTM C913 11().020 33 49 20 Curb klcts Fonema FRT-l0x3-006-PRECAST'" (Size-10' X 31 ASTM C913 110/82020 334 20 Cmb Inlets Fonema FRT-10x4.5-407-PRECAST" (Size -10' X 4 5') ASTM C913 110/8/2020 334 20 Curb klcts Fonema FRT_,thol 542 _PRECAST" IS— 10'X 4.5� ASTM C913 110/8/2020 33 39 20 Manhole Fore ma FRT-0X4-00 110/82020 33 39 20 Manhole Fortenra -WJE N-�(��� �Srz-44XX 47 PRT-0X4 �j�CA$� �f ASTM C913 11O/ 2020 333920 Manhole Fonema FRT-5X54]0-PRECAST-TOP(Size-TX 51ASTM C913 110/82020 333920 Manhole Fonema FRT-5X54 O-PRECAST-BASE(Size-5'X 5) ASTM C913 110/8/2020 333920 Manhole Fonema FRT6X6-011-PRECAST-TOP(Size-6'X 61 AS C913 110/8/2020 33 39 20 Manhole Fpnerna FRT6X64 1 PRECAST -BASE (Si. -6' X 6) AS C913 13/19/2021 33 49 20 Curb Inlets Thompson P�e Goup TPG-I OX3-005-PRECAST INLET" (Size -10' X 31 AS 615 I3/19/2021 33492 0 C. Inlets Thompson Pt Group TPG-ISX3-0OS-PRECAST A'LET" (Suz -15' X 3� AS 615 13/19/2021 334920 3 49 20 Curb Inlets Thompsoo Pipe Group TPG-2OX3-005-PRECAST INLET" (Size -20' X 7) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST TOP (Sue -4' X 43 AS 615 13/192021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST BASE (Size -T X 41 AS 615 13/19/2021 33 39 20 Mavlick Thompson Pipe Group TPG-0X4-012-PRECAST 4-FT RISER (Sue -4' X 43 AS 615 13/192021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-010-PRECAST TOP (Size - 5' X 51 AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-010-PRECAST BASE (SnO - 5' X 53 AS 615 13/192021 33 39 20 Msuhole Thompson Pipe Group TPG-5X5412-PRECAST 5-FT RISER (Size- 5'X 51 AS 615 13/19/2021 333920 Manhole Thompeon Pipe Group TPG6X&47:-PRECAST TOP (S--6'X6'1 ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6-011-PRECAST BASE (Si.- 6' X 61 AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6Xfi-012-PRECAST 6-FT RISER (S-- 6' X 6') AS 615 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7411-PRECAST TOP (St. -TX 7) ASTM 6l5 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECAST BASE(Soc - TX 7� ASTM fi15 13/192021 33 3920 Manhole Thompson Pipe Group TPG-7X7-012-PRECAST 4-FT RISER (Size - TX 7') ASTM 615 13/192021 333920 Manhole Thump eon Pipe Group TPG-8X8-011_PRECAST TOP (Soc-8'X 8O ASTM 615 13/19/2021 33 39 20 Manhole Thompson P�e Group TPG-8X8411-PRECAST BASE (Size - 8' X n ASTM 615 13/192021 33 39 20 Manhole Thompson Pyle Group TPG-8X8-012-PRECAST 5-FT RISER (Sze- 8' X 8� ASTM 6 , 13/192021 334920 3 49 20 Drol�lnle[ Thompson Pine Group TPG-0X4-0O8-PRECAST INLET (Si. -4' X 4T ASTM 615 13/192021 33 49 20 Inlet Drop13/19/2021 Thompnson Pipe Group TPG-5X5-008-PRECAST INLET (Srze - 5' X 5) ASTM 615 33492q ern Pipe Group TPGPrecas6t t%je�4'X �6, AS M 615 I8282023 334910 Manbo Oldcasdeo 46x 4' tacE� AS C478 18282023 334910 3 49 10 Manhole Oldcastle Precast 5' x 8' Smmt Junction Box (Size -5' X 8'1 AS C478 18/28/2023 334910 MaMo10 Oldc I, P,_t4' x4'Smrm Junction Box (Sae-4'X4� AS C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Stomt Junction Box (Size -5' X 5') ASTM C478 18/28/2023 33 49 10 MaMole Old —do Precast 6' x 6' Storm Junction Box (Sae - 6' X 6) AS C478 18282023 33 49 10 Manhole Oldcastle Precast 8' x 8' Sto— Junction Box Base (Sae - 8' X 8l AS C478 18/28/2023 33 49 10 MaMote Oldcastle Precast 5' x 8' Storm Junctmn Box Base (Size - 5' X 8, AS C478 18282023 33 49 10 Manhole Rinker Materials Reiotbrmd 48" Diameter Spread Footing Manhole (Size -4' X 41 AS C433 18/28/2023 333920 Curb Inlet 10k3'Riser Thompeov Pipe Group Inlet Riser(Sae-3 FT) AS C913-16 18282023 333920 Curb Inlet 15', 3'Riser Thompson Pipe Group Inle[Riaer (Sae-3 FT) AS C913-16 18/28/2023 333920 Curb Inlet 20'x3'Ruer Thompeon Pipe Group Inlet Riser(Size-3 FT) AS C913-16 11/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4) AS C913 I l/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop Inlet (5' X 5'J AS C913 11/19/2024 33 49 20 Manhole Ame Tex Pipe &Products Precast 4k4' Storm Junction Box ASTM C913 3 49 20 11/19/2024 334920 Manhole AmenTex Pipe &Products Priest 5S5' Storm Junction Box ASTM C913 11/19/2024 33 49 20 Manhole AmeriTex Pie &Products 5' Precast Tersition MH (4' MH on the top of 5' JB) ASTM C913 11/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 6W Storm Junction Box ASTM C913 11/19/2024 33 49 20 Manhole Am_Tex Pie &Products 6' Precast Tersition MH (4' MH on the top of 6' JB) ASTM C913 11/19/2024 33 49 20 Manhole A. -Tex Pyle &Products Precast 8'x8' Storm ]unction Box ASTM C913 11/19/2024 33 49 20 Manhole AmmTex Pipe &Products 8' Precool Taosition MH (4' MH on the top of 8' JB) ASTM C913 11/19/2024 33 49 20 mork le Ame Tex Pipe &Products Type C Smmt Unit.Manhole on Box (4' MH on the top of RCB) ASTM C913 17/16/2024 33 49 20 Cmb Inets Am —Tex Pipe &Product, 10x3 Precast" (S ze 10' x 3') ASTM C913 17/16/2024 334920 Curb Irdets AmeriTex Pipe &Producre I Sx3 Precast"' (Sze I5' x 31 ASTM C913 "Note: Pre -cast heke, are Opovedfor the a gelporn'on ofthe (basin) only. Stage Hpordon ofMe s.rveture are required m be c,roin-place. No exrepn'ons to Mis requirementsha(I be al/owed. FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Itorm Sewer-�ives & Boxes 3345-13 14/9/2021 3341 13 Sm. Drain Pipes Adm vanced Dmage Systems, Inc (ADS) ADS HP Storm Polvmowleoe (PP) Pme (S=-12"- 60") ASTM F2881 & AASHTO M330 1828/2023 3341 10 Storm Dram Pipes Rmkeo Matenals Renfooced Concrete Pipe Tongue amd Groove J—Ptpe (Sze- 21" or Imgco) ASTM C76, C655 18/2 023 334110 Culvert Be. Rinker Materials Relnfmced Concrete Box Culvert(Sze - Various) ASTM C789, C850 110/122023 3341 10 Storm Doom Pipes AmenTex Pipe &Pmduas Renfooced Concoctc Pipe Tongue and Groove Jomt Pipe" (Size -15" or Img) ASTM C76, C506 110/12/2023 344110 Culvert Be, AmmTez Pippe&Pmducts Reiufced Concrete Box Culvert (size -Various)) ASTMC1433,C1577 110/1812 23 3541 10 Sto® Dram Pipes The Tumm Co. Renfooced Concrete Pipe Tongue and Groove Jomt Pipe" (Size -15" or Imger) ASTM C76, C506 110/18/2 23 3341 10 Cohen Box The Tumer Co. Renforced Concrete Box Culvert (size- Vanous) ASTM C1433,C1577 14/12/2 24 3341 10 Storm Dmm Ptpcs Thompsom Pipe Group Reinforced Concoetc Pipe Tongue ad Groove Joint Pipc" (S ze Vanous) ASTM C76, C506 16252024 3341 10 Culvert Box Oldcastle Reinfced Conceta Box Culvert ASTM C1433,C1577 Ib/25/2024 3341 10 So— Diain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint PiW (Size Various) ASTM C76, C506 Revm- Removed Argos, h gmm, Redi-Mix, Chmley DW (1-29-2025) CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTARINC. FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R817S 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 05 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6