Loading...
HomeMy WebLinkAboutContract 63260-PM1CSC No. 63260-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF CHICK-FIL-A I-30 & EASTCHASE 05947 IPRC24-0222 City Project No. 105843 FID No.30114-0200431-105843-EO7685 File No. K-3326 X File No. 28367 Mattie Parker Jesus "Jav" Chana Mayor City Manager Christonher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth July 2025 Prepared by: Wier & Associates, Inc. 2201 E. Lamar Blvd., Ste. 200E Arlington, Texas 76006 (817) 467-7700 Texas Firm Registration No. F-2776 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 07/08/2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 0011 13 lfwitation to Bidders 03/20/2020 0021 13 instf.,e Piers to Bidde.i 03/20/2020 00 41 00 Bid Fe 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Bond 04/02/2014 0045 11 Bidders Prequalifieations 04/02/2014 0045 12 Prequalification Statement 09/01/2015 0045 13 Bidder- Pfegttal fieat:,.i: Applioat;zjx 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 M mere,.. n"siness Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 0062 13 Performance Bond 01/31/2012 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 StmPlement ry Conditions 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 -General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Pie:+ Meetings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 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 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 02/14/2018 01 74 23 Cleaning 04/07/2014 0177 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions Date NONE Modified Division 03 - Concrete NONE Division 26 — Electrical NONE Division 31 - Earthwork NONE Division 32 - Exterior Improvements NONE Division 33 — Utilities NONE Division 34 — Transportation NONE CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti):Hfortworthtexas.Lov/tiDw/contractors/ or htti)s://apps.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 1242042012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 2605 43 ntnm�Tvii2044 2605 50 t Mint; Diiet r ndttit rn -26/20i 6 E014�i14�ILiYl.�^ ' �� Division 31 - Earthwork 31 1000 Site Clearing 12/20/2012 31232-3 Beffo n i t73 3124 EFKb-OK'rA111'artS n, /''�13 31 25 00 Erosion and Sediment Control 12/20/2012 3136 AA Gabiens 12QOQO 12 8 Ripr-V 12Q00042 Division 32 - Exterior Improvements 3201 17 P-3mn ort A0r+,c�t 1lr.-iftgRepair , 2�'�12 32 0118 Tamr,oknzr-,, 12QOQO z 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Go 12QO/2012 321137 Liquid Tfeated Sal Ehealrili er 08 i�15 i 2 i�12 32 13 13 Concrete Paving 12/20/2012 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 3'� l�o Bficl T,Znit Pa-,-* 12 /�12 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 321725 G -b A dd a .11104Q013, oo IhiMti�g � 32 > 13 Chain > e,.ee and r 4es >; enees r yes 112/ z 11 / 32 31 26 12 R 29 Wire and Wood-F-cneeo ar.4 G4es z 11 /T� O O12 ?,2 3-1 13 Cwt in fgaee Conefete R-a6rtng AV416 06105Q018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 3'� Treoo atA Vnrubc 11 /T��zviz Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 3303 gBypass11 Closed Circuit Television (CCTV) Inspection 03/03/2016 /z 3-3-04-10 3304 } a Eleetr-ie,1 isel..tie 3e�>3ondirg an Ceffesio rentfel Test Stations 12/20/2012 11 / z 3304 12 3040Temper-afyn 33 04 40 Magnesiffm Anode Gathedie Pfeteetien System Cleaning and Acceptance Testing of Water Mains 12/20/2012 /nm�T01 /-2014 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 12 /ten /2012 33-05 12 3305 13 33 n�0 Water- Line e Lowering Frame, Cover and Grade Rings - Cast Iron Fmme, 01/22/2016 n1 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 2/2016 �v 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 33-05-20 3 Z� Concrete Collars T,,.....el Liner- Pla e 12/20/2012 11 /z 1 2 /7�z�-2vr viz 33 2 223 22�4 Hand Tomeling last.11. ti,.,.. of!-'..ffie Pi./A Casing or Tunnel Liner r Pla 12/20/2012 171 /7z 06/1vvr 2013 330526 13t liby 1\1aFke,-s A eea4 12 /ten /2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 32 33 10 33 11 11 e Ductile Iron Fittings r 12/20/2012 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 3- 11 13 Pipe, 12/-2n/2012 -z CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 11 4 Bt -ie ool Pi�G\� w� S 12 /20QO 12 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 1211 33 1220 '-fa- Resilient Seated Gate Valve �z 12/20/2012 /z 33 1221R-Aber-11 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 aim lariat 11 /�v=2 33 1240 Fire Hydrants 01/03/2014 33 1250 33 0 Wato. F amr) e c�tativir3 Standard Blow off Valve Assembly 11 / z n 6 / 1vvrrTzvi3 3331 2 33 31133 -.d Fir- fef Gf&vity Sanitafy SewefEi 11 / -2 1 2 /7zz�-2vr viz 33 31 15 (IIDPE) Pik„ 11 / z 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 333121 Pipe 11 /z 33 31 22 mar IAA, L;A.iing 1 71 /7 -2 33Sewer-12/7 3331 50 3 2�0fer-1 Sanitary Sewer Service Connections and Service Line z 04/26/2013 2 /7zz�-w/iviz 3339 40 33 39 20 33Fiber-glass12/20/2012 Cast i Plaee r ner-ete Manholes Precast Concrete Manholes 1 71 / -2 12/20/2012 33 39 40 33 39 60 xx rite. r- n eeess Chamber- (WAG) r) Epoxy Liners for Sanitary Sewer Structures 11 / z 12/20/2012 33 41-1 Rein f ,-ee Gene -eto �nvt Fewerripe /Gti n/nm7T0 i /20 i i 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 fLnE) P*,e " 1 11 1 /1�T13izvi�5 12/7�viz 32� 33 4601 33 4602 dfaiaage Sletted Storm Dpck J T -enel. Dfait, s n/nm7Tvii 20014 n/(1m7Tvir 0 i I 33 49 10 33 4920 Cast i Plaee Manholes and T„metion BE), Ees Gw-b d Drop In -!As 12QO/20 2z � 1 71 /7 -2 33 49 40 90rm Dmiisage44ea&-allG,,amd lWngwa46 07/0 T Division 34 - Transportation 3441 10 Traffic Signals 10/12/2015 34 41 1001 n Geatr-efle - Cabinet 12 / 14 /-2n 15 .-r rrttr'kEiiri=cirt�l -� 3 n�02Attaehment2 3 n n�03 2 34Temper-afy1 1 /3 3^ 12/ -2 34 41 1-5 Reetangulo 1t zd F,l�Ahirig Beaeon 11 /�13, 3^ 11/ 3 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 2n��-41 Read-w 12 20/2 12 zn 4120.01 n 1 T T, , nti/l c/20 c - �r� �D Aaa+�va3�.�arrr�rnroc „o,T�,zor� 3n n�02 €reew LIED Roads Lux—Airic�-,rw n6ilvvrr5iz015 34 4120.03 Residortial LED Roadway ijin. ir��ros 06/1 5 34 4130 Alia"inurr. fi gns 11 / 1�1 3 nanoFiber-02 tvzr26 Div 3471 13 Traffic Control 11/22/2013 Appendix GE-4.91 Availability of Lands GG- .02 Eubm.° GG- M TJY�dergfettnd Fmilities Fib-4.01 Lazardm-o GG 6..0f.D 't GG 6.0-7 1Vft .o n 1o& GE-6.21 Norr jorgmig&,4on GR-01 60 00 Product Requirements TPW Standard Products List 09/23/2024 Water Standard Product list 12/29/2023 END OF SECTION CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 N 42 43 DAP - BID PROPOSAL P,e1 oft UNIT PRICE BID Bidlist Item) No. � 1 2 3 4 � 5 6 7 8 9 10 � 11 12 13 14 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Bidder's Proposal Descnpfion Specification Section No. I Unit of Measure I Q Bid Umt Price I Bid Value UNIT I: WAT -R IMPROVEMENTS 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 3305.0109 Trench Safety 33 05 10 LF 30 3305.0206 Imported Embedment/Backfill, Acceptable 33 05 10 CY 32 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 1 3311.0161 6" PVC Water Pipe 3311 12 LF 5 3312.0001 Fire Hydrant 33 12 40 EA 1 3311.0261 8" PVC Water Pipe 3311 12 LF 25 3312.3003 8" Gate Valve 33 12 20 EA 1 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 2 3312.2203 2" Water Service 33 12 10 EA 1 3312.2003 1" Water Service 33 12 10 EA 1 3312.3002 6" Gate Valve 33 12 20 EA 1 3312.3106 16" Cut -in Gate Valve w/ Vault 33 12 20 EA 1 3311.0557 16" DIP Water, CLSM Backfill 3311 10 LF 36 TOTAL UNIT I: WATER IMPROVEMENTS UNIT II: SANITAR" SEWER IMPROVEMENTS 3301.0002 Post -CCTV Inspection 3301 31 LF 10 3301.0101 Manhole Vacuum Testina 3301 30 EA 2 3305.0109 Trench Safetv 33 05 10 LF 10 3305.0112 Concrete Collar for Manhole 33 05 17 EA 1 3305.0204 Imported Embedment/Backfill, Crushed Rock 33 05 10 CY 12 3331.4108 6" Sewer Pipe 33 11 10, 33 31 12, LF 10 33 31 20 3339.0001 Epoxy Manhole Liner 33 39 60 VF 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 8 1 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS IIIIy1�j20VEMENTS UNIT III: PAV'01 1 0171.0101 Construction Staking 7{{ S�S� LS 1 2 0241.1300 Remove Conc Curb & Gutter 0241 15 LF 310 3 3110.0101 Site Clearing 31 1000 LS 1 4 3213.0301 4" Conc Sidewalk 32 13 20 SF 4191 5 3213.0401 6" Concrete Driveway 32 13 20 SF 3235 6 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 282 7 3291.0100 Topsoil 3291 19 CY 71 8 3292.0100 Block Sod Placement 32 92 13 SY 851 9 3471.0001 Traffic Control 3471 13 MO 2 10 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 8 11 3217.1002 Lane Legend Arrow 32 17 23 EA 2 12 3217.0101 6" SLD Pvmt Marking HAS (W) 32 17 23 LF 169 `bTAL UNIT III: PAVI1IG IMPROI fEMENTS UNIT IIII: TRAFFIC IMPROVEMENTS 1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 1 2 2605.3025 3" CONDT PVC SCH 80 (T) 26 05 33 LF 16 3 3441.1502 Furnish/Install Ground Box Type B, w/Apron 3441 10 EA 2 4 3441.1601 Furnish/Install 5' Pedestrian Push Button Pole 3441 10 EA 1 5 3441.1033 Install Pedestrian Pushbutton Station 3441 10 EA 2 6 3441.1701 TY 1 Signal Foundation 3441 10 EA 1 TOTAL UNIT III: TRAFFIC IMPROVEMENTS UNIT V: STORM IMPROVEMENTS 2 13305.0204 ImportedEmbedment/Backfill, Crushed Rock 133 05 10 I CY I 2 TOTAL UNIT V: STORM IMPROVEMENTS Bid Summary UNIT I: WATER IMPROVEMENTS 1 UNIT II: SANITARY SEWER IMPROVEMENTS I UNIT III: PAVING IMPROVEMENTS 1 UNIT IV: TRAFFIC I[y1J?fj9JF[ylEj�TS I UNIT V: STORM I �jW�•f�� Total Construction Bid This Bid is submitted by the entity named below BIDDER: BY: Joel Martinez Embree Construction Group 4747 Williams Dr TITLE: �ojccttslaqnager Georgetown, TX 78633 DATE: 3/26/2025 $4,750.00 $10.00 $17.00 $909.00 $43.00 $5,542.00 $79.00 $2,440.00 $11,606.00 $3,520.00 $2,072.00 $1,793.00 $30,607.00 $1,795.73 $16.00 $305.00 $21.00 $2,941.00 $169.00 $64.00 $500.00 $13,337.00 $5,000.00 $11.29 $3.086.00 $7.15 $7.18 $6.00 $113.38 $19.19 $3.750.00 $300.00 $400.00 $7.58 $21,513.00 $41.00 $3,574.00 $5,794.00 $9,973.50 $1,997.00 $70.00 $10.00 1 $9,500.001 $300.001 $544.001 $909.001 $215.001 $5,542.001 $1,975.001 $2,440.001 $23,212.001 $3,520.001 $2,072.001 $1,793.001 $30,607.001 $64,646.281 $147,275.281 1 $160.001 $610.001 $210.001 $2,941.001 $2,028.001 $640.00 $4,000.00 $13,337.001 $23,926.001 1 $5,000.001 $3,499.901 $3.086.001 $29,965.651 $23,227.301 $1,692.001 $8,049.981 $16.330.691 $7.500.001 $2,400.001 $800.001 $1,281.021 $102,832.541 1 $21,513.001 $656.001 $7,148.001 $5,794.001 $19,947.001 $1,997.001 $57,055.001 1 $840.001 $20.001 $860.001 $147,275.281 $23,926.001 $102,832.541 $57,055.001 $860.001 $331,948.821 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 50 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Verson May 22, 2019 Copy of Sw .d Sub_Q,a ,ry Tekeoff Matrix-Cluck-ft] FesW , (W2) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item inturmanon Bidder's Proposal Bldllst Item No. Description Spenficanon Seaton No. Uni of Bid Measure Quantity Uatt Price Bid Value 1 1 1Exeavat NIT--I-WATER-IMP_JTs an of Ex st ng Ut === €A 2 $4,750.99 1 $9,50e.ee1 2 33-05-10 LF 30 $49.00 $399,991 3 33-05 49 SY 32 $17.00 $544..001 4 2n 11 11 TON 4 $000:00 $909..801 1 5 . 2n 11 12� LF 6 $43..0 $215..001 6 3312.0001 F re Hydran 33-12-4 €A 4 $5,,542.00 $5,542.001 7 eFR pe 22 11 12 LF 25 $79.00 $1,975001 6 33 122g €A 4 $2,440.001 9 n21«�. g �5 EA 2 $1-1-,606.00 Q�001 10 33-1219 €A 4 $9,520.0 $3,520.001 14 33-1210 €A 4 $2,072.001 12Valve 22 1220� EA 4 $1-,793.00 $1,793.001 T3 33-12-29 €A 4 $39E07-0e $30,607.00 14 33 it io LF 36 $1,,795.73 $6¢6g6.2g $147,275.281 1 LF 19 $16.00 1 $160.001 2 ^ m T^ng Test 33 01 30 €A 2 $305 00 $640 001 3 ty4y �e-fella 93 05 io L€ 10 $21 00 $219991 4 rlor-Maahele 2205 1 €A 4 $2-,ea4:ea $2,941.001 5 33-051 Cy 42 $169.00 $2,028.001 6 3331 4108 6" Sewer Pip 33 11 0 LF 49 $64-00 $640.00 Epoxy Manhole L neF 3339-6e VF 73339.0001 8 $See.es $4,e9e-ge 33-39-10, 33-39-29 €A 3 4 $13;337.09 $7-3337.00 1 UNIT III: PAVING IAWR(�Y VENTS " �D'c001 1 1 0171.0101 Construction Staking i1171 �3 LS 1 $5,000.00 $5,000.001 2 0241.1300 Remove Conc Curb & Gutter 0241 15 LF 310 $11.29 $3,499.901 3 3110.0101 Site Clearing 31 1000 LS 1 $3,086.00 $3,086.001 4 3213.0301 4" Conc Sidewalk 32 13 20 SF 4191 $7.15 $29,965.651 5 3213.0401 6" Concrete Driveway 32 13 20 SF 3235 $7.18 $23,227.301 6 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 282 $6.00 $1,692.001 7 3291.0, 00 Topsoil 329119 CY 71 $113.38 $8,049.981 8 3292.0100 Block Sod Placement 32 92 13 SY 851 $19.19 $16,330.691 9 3471.0001 Traffic Control 3471 13 MO 2 $3,750.00 $7,500.001 10 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 8 $300.00 $2,400.001 11 3217.1002 Lane Legend Arrow 32 17 23 EA 2 $400.00 $800.001 12 3217.0101 6" SLD Pvmt Marking HAS (W) 32 17 23 LF 169 $7.58 $1,281.021 T 1- T T11TAL UNIT III: PAVING IMPROVEMENTS 1114 $102,832.641 1 1 UN 1ENTS A� ge�� €A 1 $21,513 c.00 n 1 2 26-0543 LF 16 $41.00 $656-00 3 3441-19 €A 2 $3,574.00 $7,148.00 4 34-41-10 €A 4 $5,794.00 $5,794-00 5 34-41-10 €A 2 $9,973.50 $1-9,94700 6 1 34-41-19 €A 4 $1,997.00 $1,-997=00 $57,0555..001 UNIT If,STORM-IM .._. ENTS LF 12 $70.00 $840-00 1 2 2 c^..,3e ^, " 1.,. 3305-10 TOTAI UNIT Cy 1 2 V STORM $10.00 $20-00 $860.001 Bid Summary �1 "$23,926 UNIT�pR�yEM�.j UNIT III: PAVING III�l1T,l 1 001 $102,832.541 Una �I. ��T,1 UNIT 1A STORM AIPR01/FKIFNTS PP17ClT6 $57:05500I Total Construction Bid $860.00 $102,832.541 This Bid is submitted by the entity named below: BIDDER: BY: Jail Martinez Embree C,mt... it,, Groo p 'Sig'here> 4747 Williams Dr TITLE: Project Ma er Georgetown, TX 78633 DATE: 3/26/2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided to the General Conditions. END OF SECTION 50 worimig days after the date when the -OF FORT WORTH STANDARD CONSTRUCTION SPECMCATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Forth Ve,von May 22, 2019 T-W--h,c -61-A E-b- 00 42 43 CALVO DAP -Pro PROPOSAL Page i of I SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projea item fnf anon Bidder's Proposal &dlist It No. Description Spenficanon Seaton No. Uni of Measure Bid Quantity Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 $4,750.00 $9,500.001 2 3305.0109 Trench Safety 33 05 10 LF 30 $10.00 $300.001 3 3305.0206 Imported Embedment/Backfill, Acceptable Backfill 33 05 10 CY 32 $17.00 $544.001 4 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 1 $909.00 $909.001 5 3311.01061 6" PVC Water Pipe 3311 12 LF 5 $43.00 $215.001 6 3312.0001 Fire Hydrant 331240 EA 1 $5,542.00 $5,542.001 7 3311.0261 8" PVC Water Pipe 3311 12 LF 25 $79.00 $1,975.001 8 3312.3003 8" Gate Valve 33 12 20 EA 1 $2,440.00 $2,440.001 9 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 2 $11,606.00 $23,212.001 10 3312.2203 2" Water Service 331210 EA 1 $3,520.00 $3,520.001 11 3312.2003 1" Water Service 331210 EA 1 $2,072.00 $2,072.001 12 3312.3002 6" Gate Valve 331220 EA 1 $1,793.00 $1,793.001 13 3312.3106 16" Cut -in Gate Valve w/ Vault 33 12 20 EA 1 $30,607.00 $30,607.001 14 3311.0557 16" DIP Water, CLSM Backfill 3311 10 LF 36 $1,795.73 $64,646.281 i OTAL UNIT I: WATER IMPROVEMENTS $147,275.281 UNIT It: SANITARY SEWqR Ijj(1VEMENTS 1 3301.0002 Post -CCTV Inspection $r3 ${ LF 10 $16.00 $160.001 2 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $305.00 $610.001 3 3305.0109 Trench Safety 33 05 10 LF 10 $21.00 $210.001 4 3305.0112 Concrete Collar for Manhole 3305 17 EA 1 $2,941.00 $2,941.001 5 3305.0204 Imported Embedment/Backfill, Crushed Rock 33 05 10 CY 12 $169.00 $2,028.001 33 11 10' 33 31 12, 6 3331.4108 6" Sewer Pipe 33 31 20 LF 10 $64.00 $640.00 3339.0001 Epoxy Manhole Liner 33 39 60 VF 7 8 $500.00 $4,000.00 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 8 1 $13,337.00 $13,337.00 TOTAL UNIT It: SANITARY SEWER IMPROVEMENTS $23,926.001 � V nq UNF7-JII--RAVING--P&M€NTS /f�7�f Ls $5,900.00 $^a,000,00 2 .t. D r_ .5 LF 310 $44.29 $3,499,90i 3 31-40-00- LS 4 $5.096:ee $3,086.001 4 - � SF 4191 $Z4a $29,965.651 5 o SF 3235 $7.18 �301 Q$1,692,ee 6 - �3 LF 282 $6.00 7 .'�'�91-0'^�0-�p 32gl I GY 74 $113.38 $8,049.981 8 22P222�_ 323243 SY 854 $19.19 $16,,330.691 9 3471-12 MO 2 $3750.00 $7,500.001 10 2212 MOB RAFFPF Free RAmp, Type P 1 22 in �0 €A 8 $300.00 $2,400.001 11 €A 2 $400.99 $3ee.ee1 12 3211 - wr r kr_IMPROVEMENTS$102,832.54 LF 469 $7.56 $1,281.021 1 UNITN�RAFFIC-MMENT3 €A 4 $24,512-00 $21,613.00 2 PH (IF, LF 46 $4190 $656.00 3 I nstAll 3441-10 €A 2 $3.,57490 $7,148..00 4 3441-10 €A 4 $5,794-:00 $5,794.00 5 n44102�,.,n,W1 dcct:;aa�,Ae) 3441-10 €A 2 $9,,973-50 $1-9,947.00 6 3441-1 €A 4 $4,,997.00 $1,997.00 UNIT V: STORM IM\ ENTS $57,0555001 pe EO,F �33 LF 2 3305.0204 Imported EmlbedmenVBackfill, Crushed Rock 0510 I CY 2 $10.00 $20.00 1 TOTAL UNIT V: STORM IMPROVEMENTS $860.001 Bid Summary UNIT I: WATER IMPROVEMENTS $147,275.281 UNIT II: SANITARY SEWER IMPROVEMENTS 1 $23,926.001 I LI 1i )UNIT V: STORM jMPROVEMENTS $860.001 Total Construction Bid $172,061.281 This Bid is submitted by the entity named below: BIDDER: BY: Joan Calvo ,,,/// CA- Construction, Ina �,(/�`\ 621 N Main St, 4200 TITLE: i�v< Grapevine, TX 76051 DATE: 6/26/25 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided to the General Conditions. END OF SECTION 50 worldng days after the date when the CITY OF FORT WORTH STANDARDCONSTRUCTIONSPECMCA IONDOCUMENTS-DEVELOPERAW DMPROJECTS Forth Vereion May 22, 2019 Quantity Takeoff MemxCh,ck-fil-A EaRCM1au re 121s Wean.-H., DAP -AID P0.0POSAL Pµc 1 of I SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application PmjeG Ilan Infomalion Bidders Proposal Bidlisl Item escription D I Spcci➢utian I Section No. Unit oC Hid Unit Ai« I Bid V-W.No. Measure Quantity 7 UNIT IV: TRAFFIC I ;rFlI[17ENTS 1 2605,0111 Fumish/Install Elec Sam Pedestal 0SS ee EA 1 1 $21,513.001 $21,513.00 1 2 2605.3025 3" CONOT PVC SCH 80 (T) 260533 LF 76 $44 00 $656.00 3 3441.1502 Fumishflnetall Ground Box Type B, w/Apron 34 41 10 EA 2 $3,574.00I $7,148.00 4 3441.1601 Fumishflnstall 5' Pedestrian Push Button Pole 3441 10 EA 1 1 $5,794.001 $5,794.00 1 5 3441.1033 Install Pedestrian Pushbutton Station (Regular or Audible) 13441 10 EA 2 1 $9,973.501 $19,947.00 1 6 3441.1701 Ty 1 Signal Foundation 13441 10 1 EA 1 1 $1,997.001 $1,997.00 1 TOTAL UNIT IV: TRAFFIC IMPROVEMENTS1 $57,055.00I Bid S—ry UNIT IV: TRAFFIC IMPROVEMENTS - $57055MI Total Comlruction Bid $57,055.001 This Bid is submitted by the entity named Mow: BIDDER: BY: I.IIIm114 C::nnp�n I:o iim l', � hn�J,:Jc.. 1.7 t .I I.., 11, v n f'I,0 4 al I.I.0 llbb/ 592D Ls a. Snot TIT I.E:R ert A. Regional President A—da, co ann113 DATE: 6/27125 Colnnctor,Kars mromplele WORK for FINAL ACCEPTANCE w11hin s0 workinxdaysafterlhrd—whrnthr CONTRACT eemmenen to run u praaddrd In ihr Grnrnl CoWltbra END OF SECTION CITY OF FORT WORTiI STAIrDARDCO\SIRUCllOY3PECalCAT10NU0CU\�M'3-OEVFIOPER AWARDm PROIEC2S Pam Vetum Nry 2; M19 Quaniiry Tak,oa\LwxLklk-fil-A E+Cdwc DEVELOPMENT BOND GUARANTEEING PERFORMANCE AND PAYMENT OF IMPROVEMENTS Bond No. 016249127 KNOW ALL MEN BY THESE PRESENTS, that we, Chick-fil-A, Inc. Liberty Mutual ►, as Principal, and ( insurance Companv 1, a corporation organized and existing under the laws of the State of Massachusetts , and fully authorized to transact business in the State of Texas, as surety, are held and firmly bound unto CITY OF FORT WORTH, TEXAS, 100 Fort Worth Trail, Fort Worth, Texas, 76102, as Obligee, in the penal sum of (S 331,948.82 ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEAREAS, ( Chick-fil-A, Inc. ) has agreed to construct in ( Chick-fil-A Sastchase 05947- CPN-105843 ), in the CITY OF FORT WORTH, TEXAS the following improvements: ( Water, Sewer, Paving, Storm Drain, Traffic Signal and Striping WHEREAS, in the event of bankruptcy, default or other nonperformance by Principal, claims against Principal or the development, Obligee may be left without adequate satisfaction. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall construct, or have constructed, the improvements herein described, and shall pay for the cost of all labor, materials and equipment furnished in connection with the construction of said improvements, and shall save the Obligee harmless from any loss, cost or damage by reason of its failure to complete the construction of said improvements or by reason of its failure to pay for the cost of same, then this obligation shall be null and void, otherwise to remain in full force and effect; and upon receipt of a claim by the City of Fort Worth indicating that the construction of said improvements has not been completed, or that the costs for same have not been paid, the Surety will pay to the City of Fort Worth such amount up to the amount of this bond which will allow the City of Fort Worth to complete construction of said improvements and to pay for the costs of same. We hereby agree with you that the draft(s) drawn under and in compliance with the terms of this bond will be duly honored upon presentation at: (Surety) Liberty Mutual Insurance Company mail code: NIA (Surety Address) 175 Berkeley Street, Boston, MA 02116 Attn: Christian Miranda or by facsimile to (surety: NIA Fax Number NIA confrimed by a phone call at 678-417-3623 PROVIDED FURTHER, that this bond shall automatically be increased by the amount of any change order, supplemental agreement or amendment which increase the price of the aforementioned contract. PROVIDED FURTHER, that if any legal action be filed on this bond, the laws of the State of Texas shall apply and that venue shall lie exclusively in Tarrant County, Texas. AND PROVIDED FURTER, that the said surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of any contract for the public affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of such contract. This bond is given pursuant to the provisions of Section 212.073 of the Texas Local Government Code, as such may amended from time to time. Signed, sealed and dated this DEVELOPER'S NAME Chick-fil-A, Inc. _ Principal By: _ ��Frex Yi), NW ¢alaurwi 25th day of April , 2025. SURETY COMPANY'S NAME Liberty Mutual Insurance Company r Surety By:_5'�— - yr e-in-Fact GroStephss This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. VaLiberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8210596- 022029 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the *Companies), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Mario Arzamendi, Madison Diaz, Mary Ann Garcia, Jennie Goonie, Stephanie Gross, Teuta Luri, Crlstina Nino, Jessica Richmond, Laura E. Sudduth, Amanda R. Tunnan- Avina, Misty Witt all of the city of Houston slate of TX each individually if there be more then one named, its true and lawful attomay-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I 1 th day of August , 2023 . Liberty Mutual Insurance Company 4 INStj S`f IN %080 The Ohio Casualty Insurance Company Qr West American Insurance Company 1912 0 s, 1919 1991 /l GNI Y 'd P;i0 e. 0 8 J kU d� +�ellu* as HArt� L e8 'vDI�N► s r .0 �y1 + 1. �M + tt► By: :3 cc ro David M. Carey, Assistant Secretary Cr '= ca State of PENNSYLVANIA G N �County ofMONTGOMERY o E 2 On this I I th day of August 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. d =T _ O �Q o 0 W F<C Corneiele yrlie SdE cG Q1 0 U VAS y Cw OF FrY Marc 2a, ml By. �,vt c.w/� ,/IJ y M,,,,b„ r 11 tr,MA" Teresa Pastella, Notary Public `0 m N This Power of Attorney 15 made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual ao 0 c Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 04 M E :r ARTICLE IV — OFFICERS: Section 12. Power of Attorney, o O° @ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President ;a C:) c may prescribe, shall appoint such attomeys-in-tact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all m Cc C undertakings, bonds. recognizenoes and other surety obligations. Such attomeys4n-fact, subject to the limitations set forth in their respective powers of attorney, shall have full c o t power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall 0 (1) Z be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this k�o article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.ILL a ARTICLE XIII -- Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances; and other surety oblgations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attemey, shall have full power to bind the mpany by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if gned by the president and attested by the secretary. Certificate of Designation — The President of the Company. acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, sea-, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Oh o Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seals of said Companies Ibis 25th_ day of April 2025, tMBUq K`! tIV ZI to 3rr°bcin Q,a�°�°r�O(+ 1912 0 1919 kAypy`�;Qo eh * *� 'vy1 + t•� LIVIS-12873 LMIC 00C WAIC Multi Cu 02121 � tN4Up� 3°��r�o ctR a 1991 c %/cA B y- Renee C. Llewellyn, Assistant Secretary 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 75 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work tvpe and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Development, 8-inch diameter and smaller Sewer Collection System, Development, 8-inches and smaller Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Calvo Construction Inc 10/31/2025 Calvo Construction Inc 10/31/2025 Main 1.9 Construction 10/31/2025 Traffic Signals Bean Electrical, Inc. 03/24/2027 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Embree Construction Group, Inc. 4747 Williams Dr Georgetown, TX 78633 a 77 Inez igna re) TITLE: Project Manager DATE: 4/10/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS CFAI-30 & Eastchase 05947 Form Version September 1, 2015 017839-1 PROJECT RECORD DOCUMENTS Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.105843. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Ernbree Construction Group, Inc Company 4747 Williams Drive Address Georgetown, TX 78633 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: %VJ A-TrWF—W (Please Print) Signature: !. Title: Vie. , F46 tma r (Please Print) BEFORE ME,t the undersigned authority, on this day personally appeared Wkt (J AV V, , 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 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this --A?lK1 ! , 202S5 CACY CLEMENTS cos" -<' Notary Public. State of Texas ,.x.� S— Comm. Expires04-30-2026 or N;: Notary ID 13154886-9 1LAA1 1 day of Notary Pubhc 1 nd for the State o Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 CF.41-30 & Easichase 05947 CPN 105843 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 4/7/2025 is made by and between the Developer, (Chick- 5 fil-A, Inc.), authorized to do business in Texas ("Developer") and 6 Embree Construction Group, Inc. , authorized to do business 7 in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Paving. Water & Sewer Improvements to Serve Chick-fil A I-30 & Eastchase 05947 16 CPN.• 105843 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 Documents are 20 of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 50 working days after the date when the 23 Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions 24 of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer 27 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus 28 any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of 29 the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the 30 delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered 31 by the Developer if the Work is not completed on time. Accordingly, instead of requiring any 32 such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), 33 Contractor shall pay Developer <Zero> Dollars ($0.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of One Hundred two thousand, eight Dollars 39 (S 102,832.54 ), hundred thirty two & 54/100 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer Awarded 58 Proj ects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 61 attached, as incorporated by reference and described in the Table of Contents of the 62 Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the Agreement 67 and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the 76 city, its officers, servants and employees, from and against any and all claims arising out of, or 77 alleged to arise out of, the work and services to be performed by the contractor, its officers, 78 agents, employees, subcontractors, licenses or invitees under this contract. This 79 indemnification provision is specifically intended to operate and be effective even if it is 80 alleged or proven that all or some of the damaLles being sought were caused, in whole or in 81 part, by anv act, omission or negligence of the city. This indemnity provision is intended to 82 include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in 83 defending against such claims and causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, 86 its officers, servants and employees, from and against any and all loss, damage or destruction 87 of property of the city, arising out of, or alleged to arise out of, the work and services to be 88 performed by the contractor, its officers, agents, employees, subcontractors, licensees or 89 invitees under this contract. This indemnification provision is specifically intended to operate 90 and be effective even if it is alleged or proven that all or some of the damages being sought 91 were caused, in whole or in part, by anv act, omission or negligence of the citv. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 96 Construction Contract for Developer Awarded Projects. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 99 without the advanced express written consent of the Developer. 100 7.3 Successors and Assigns. 101 Developer and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and obligations 103 contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable 106 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 107 continue to be valid and binding upon DEVELOPER and CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of Texas. 110 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District III of Texas, Fort Worth Division. 112 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 115 signatory of the Contractor. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 116 117 118 119 120 121 122 005243-4 Developer Awarded Project Agreement Page 4 of 4 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: Embree Construction Group, Inc. Chr Pi A- 1n 6 • By: B (Signature) (Signature) Matthew Clark 6 M tA*t (Printed Name) (Printed Name) Title: Matthew Clark Title: _ � �t e7 �Ns�uL7u►•� Company Name: Company name: Al4X ,¢ . Address: Address_:__ 4747 Williams Dr. City/State/Zip:Georgetowrl, TX 78633 City/State/Zip: A-Hahk ClA 4/14/25 Date Date CITY OF FORT WORTH CFA 1-30 & Easichase 05947 STANDARD CONSTRUCTION SPFC]FICATION DOCUMENTS DEV ELOPER AWARDED PROJECTS CPN 105843 Revised )una 16, 2016 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 5/20/2025 is made by and between the Developer, (Chick- 5 fil-A, Inc.), authorized to do business in Texas ("Developer") and 6 Calvo Construction , authorized to do business 7 in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Paving. Water & Sewer Improvements to Serve Chick-fil A I-30 & Eastchase 05947 16 CPN.• 105843 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 Documents are 20 of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 50 working days after the date when the 23 Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions 24 of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer 27 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus 28 any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of 29 the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the 30 delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered 31 by the Developer if the Work is not completed on time. Accordingly, instead of requiring any 32 such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), 33 Contractor shall pay Developer <Zero> Dollars ($0.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of One hundred seventv two thousand, Dollars 39 ($ 172.061.28 ). sixty-one dollars and twenty-eight cents. 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer Awarded 58 Proj ects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 61 attached, as incorporated by reference and described in the Table of Contents of the 62 Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the Agreement 67 and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the 76 city, its officers, servants and employees, from and against any and all claims arising out of, or 77 alleged to arise out of, the work and services to be performed by the contractor, its officers, 78 agents, employees, subcontractors, licenses or invitees under this contract. This 79 indemnification provision is specifically intended to operate and be effective even if it is 80 alleged or proven that all or some of the damaLles being sought were caused, in whole or in 81 part, by anv act, omission or negligence of the city. This indemnity provision is intended to 82 include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in 83 defending against such claims and causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, 86 its officers, servants and employees, from and against any and all loss, damage or destruction 87 of property of the city, arising out of, or alleged to arise out of, the work and services to be 88 performed by the contractor, its officers, agents, employees, subcontractors, licensees or 89 invitees under this contract. This indemnification provision is specifically intended to operate 90 and be effective even if it is alleged or proven that all or some of the damages being sought 91 were caused, in whole or in part, by anv act, omission or negligence of the citv. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 96 Construction Contract for Developer Awarded Projects. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 99 without the advanced express written consent of the Developer. 100 7.3 Successors and Assigns. 101 Developer and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and obligations 103 contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable 106 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 107 continue to be valid and binding upon DEVELOPER and CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of Texas. 110 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District III of Texas, Fort Worth Division. 112 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 115 signatory of the Contractor. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 116 117 118 119 120 121 122 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Calvo Construction By: 0 (Signature) Tnan Cnlvn (Printed Name) Developer: Chick-fil-A By: (Signature) Patrick Davis (Printed Name) Title: President Title: Director, Development & Construction, CFA Company Name: Calvo Construction Inc Company name: Address: Address: Chick-fil-A 621 N Main Street, Ste 200 5200 Buffington Rd City/State/Zip: Grapevine. TX 76051 5/20/2025 Date City/State/zip: Atlanta, GA 30349 Date W` IKIRR CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 00 52 43 - 1 Developer Awarded Project Agreement Pagel of4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 0 6 A 6/2025 is made by and between the Developer, (Chick- 5 fil-A, Inc.), authorized to do business in Texas ("Developer") and 6 Lumin8 Transportation Technologies. LLC - dba Bean Electrical, authorized to do business 7 in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Pavinz. Water & Sewer improvements to Serve Chick-fil A 1-30 & Eastchase 05947 16 CPN.105843 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 Documents are 20 of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 50 working days after the date when the 23 Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions 24 of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer 27 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus 28 any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of 29 the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the 30 delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered 31 by the Developer if the Work is not completed on time. Accordingly, instead of requiring any 32 such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), 33 Contractor shall pay Developer <Zero> Dollars ($0.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN105843 Revised June 16, 2016 00 52 43 -2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Fifty-seven thousand and fifty five Dollars 39 ($ 57,055.00 ). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer Awarded 58 Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 61 attached, as incorporated by reference and described in the Table of Contents of the 62 Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the Agreement 67 and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 005243 - 3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the 76 city, its officers, servants and employees, from and against any and all claims arising out of, or 77 alleged to arise out of, the work and services to be performed by the contractor, its officers, 78 agents, employees, subcontractors, licenses or invitees under this contract. This 79 indemnification provision is specifically intended to operate and be effective even if it is 80 alleged or proven that all or some of the damages being sought were caused, in whole or in 81 part, by anv act, omission or negligence of the citv. This indemnity provision is intended to 82 include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in 83 defending against such claims and causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, 86 its officers, servants and employees, from and against any and all loss, damage or destruction 87 of property of the city, arising out of, or alleged to arise out of, the work and services to be 88 performed by the contractor, its officers, agents, employees, subcontractors, licensees or 89 invitees under this contract. This indemnification provision is specifically intended to operate 90 and be effective even if it is alleged or proven that all or some of the damages being sought 91 were caused, in whole or in part, by anv act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 96 Construction Contract for Developer Awarded Projects. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 99 without the advanced express written consent of the Developer. 100 7.3 Successors and Assigns. 101 Developer and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and obligations 103 contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable 106 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 107 continue to be valid and binding upon DEVELOPER and CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of Texas. 110 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District 111 of Texas, Fort Worth Division. 112 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 115 signatory of the Contractor. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 116 117 118 119 120 121 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Lurnin8 Transportation Technoloqies, LLC dba Bean Electrical By: (Signature) —,6,f4— P , OJ I (Printed Name) Developer: Chick-fil-A OBy: (Signature) Patrick Davis (Printed Name) n Title: 1i�{i 5 v) ioY\ Title: Director, Development & Construction, CFA Company Name: Company name: Address: —re��nolo��es�L�c— Address: Chick-fil-A &OD, Lt,c 5200 Buffinqton Rd <Cli o L.O.Ma-,r S-k. l City/State/Zip: Ar qac�a 1 Co 7,10003 6/17/2025 City/State/Zip: Atlanta, GA 30349 Date Date 122 6/17/2025 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised June 16, 2016 2 4 5 6 7 8 9 10 SECTION 00 62 19 MAINTENANCE BOND 0061 25 - 1 PROJECT RECORD DOCUMENTS Page i Of 3 Bond No. 4484018 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Embree Construction Group, Inc., 4747 Williams Dr., Georgetown, TX 78633 known as "Principal" herein and Markel Insurance Company , a corporate surety 11 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 12 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, (Chick-fil- 13 A, Inc.), authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 14 municipal corporation ("City"), in the sum of One Hundred Two Thousand, Eight Hundred Thirty Two & 541100 15 Dollars ($ 102,832.54 ), lawful money of the United States, to be paid in Fort 16 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 17 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 18 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number CFA-2�_29ss - ;and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 13th day of June 2025 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Chick fil A I-30 & Eastchase 29 05947 and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) pears 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH CFA I-30 & Lastchase 05947 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 705843 Revised January 31, 2012 006125-2 PROJECT RECORD DOCUMENTS Page 2 of 3 l 2 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 3 upon receiving notice from the Developer and/or City of the need thereof at any time within the 4 Maintenance Period. 5 6 NOW THEREFORE, the condition of this obligation is such that if Principal shall 7 remedy any defective Work, for which timely notice was provided by Developer or City, to a 8 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 9 remain in full force and effect. 10 11 )PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 12 noticed defective Work, it is agreed that the Developer or City may cause any and all such 13 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 14 by the Principal and the Surety under this Maintenance Bond; and l5 16 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 17 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 18 Worth Division; and 19 20 PROVIDED FURTHER, that this obligation shall be continuous in nature and 21 successive recoveries may be had hereon for successive breaches. 22 23 24 CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised January 31, 2012 006125-3 PROJECT RECORD DOCUMENTS Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 3 4 5 6 7 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 instrument by duly authorized agents and officers on this the 13th day of June ,2025 PRINCIPAL: Embree Construction Group, Inc. iJ.}.__. rn. A Witness as to Principal T�lm �!�`K%C, ATTEST: (Surety) Secretary Witness as to Surety Na e nd Title Address: 4747 Williams Drive Georgetown, TX 78633 SURETY: Markel Insurance Company --- BY: 4 i�aakc Jody Robinson Attorney -In -Fact Name and Title Address: 2103 CityWest Blvd., #1300 Houston, TX 77042-2832 Telephone Number: 512) 314-3664 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised January 31, 2012 CFA I-30 & Eastchase 05947 CPN 105843 POM JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company'), a corporation duly organized and existing under the laws of the state of Illinois, and having Its principal administrative office In Glen Allen, Virgin€a, does by these presents make, constitute and appoint: Their true and lawful agents) and attorneys) -in -fact, each in their separate capacity if more than one Is named above, to make, execute, seal and deliver for and on their own behalf, Individually as a surety or Jointly, as co-suretles, and as their act and deed any and ail bonds and other undertaking in suretyship prov€ded, however, that the penal sum of any one such Instrument executed hereunder shall not exceed the sum of: This Power of Attorney Is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby Is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute In behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the I" day of August , 2024. SureTec insurance Company By' Michael C, Keimlg, esident ✓S�JR I- �G�� X T tick cc 5 )g ^' State of Texas County of Harris: �5µllilrrlrr Markell s ranceCo ny S�3RANCcj Cci��i SEAL _.; By; r rrr*n5`1'`��s LJ'n�4YJennin ice President On this I,' day of August 2024 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described ln, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the Bald companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of Bald Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said Instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now In force. ,`4trtrlllrf l7// IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Officigklea e dJ�tyAi7f,Harris, the day and year first above written. By:601 urn 4 _ Chelsea Turner, Notary Public OF 1 9pE My commission expires 7/6/2028 We, the undersigned Officers of SureTec Insurance Company and Markei 16- CWOd kb ertify that the original POWER OF ATTORNEY ofwhlch the foregoing is a full, true and correct copy is still In full force and effect and has r(elpt efi p� i��` 0, 0111160 IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 3th day of June 2025 SureTec Insurance Company Markel Insurance Company r*y / By By: /rf M. BreneBeaty,4Assista'nt Secretary 9>'drew f✓ar L-" Assista /7cretary Any Instrument Issued In excess of the penalty stated above Is totally vald and without any validity. For verification of the authority of this Power you may cal 17131812-0800 on any business day between 8:30 AM and 5:00 PM CS1, Markel Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of CIaims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: Markel Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: httD://www.td!.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first, If the dispute is not resolved, you may contact the Texas Department of Insurance. MIC TX Rider TDi Required Notices rev 07_2022 Page 1 of 1 006219-1 MAINTENANCE BOND Page 1 of 5 S051615 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Calvo Construction Inc known as 9 "Principal" herein and Employers Mutual Casualty company/Union Insurance Company of Providence a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 12 Accelerated Development Services, authorized to do business in Texas ("Developer") and the 13 City of Fort Worth, a Texas municipal corporation ("City"), in the sum 14 of One Hundred Seventy Two Thousand Sixty One and 28/100 Dollars ($ 172,061.28 ) 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees 17 and their successors, we bind ourselves, our heirs, executors, administrators, successors and 18 assigns, jointly and severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 22 CFA Number 25-0058 ; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 9th day of April 2025 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 26 all materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Chick Fil A - Fort Worth, TX; and 29 CITY OF FORT WORTH Chick Fil A - Fort Worth, TX STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 5 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2 accordance with the plans, specifications and Contract Documents that the Work is and will 3 remain free from defects in materials or workmanship for and during the period of two (2) years 4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 5 6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 7 receiving notice from the Developer and/or City of the need thereof at any time within the 8 Maintenance Period. WO 10 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 11 any defective Work, for which timely notice was provided by Developer or City, to a completion 12 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 13 full force and effect. 14 15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 16 noticed defective Work, it is agreed that the Developer or City may cause any and all such 17 defective Work to be repaired and/or reconstructed with all associated costs thereof being 18 borne by the Principal and the Surety under this Maintenance Bond; and 19 20 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 21 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 22 Worth Division; and 23 24 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 25 recoveries may be had hereon for successive breaches. ri7 CITY OF FORT WORTH Chick Fil A - Fort Worth, TX STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 5 CITY OF FORT WORTH Chick Fil A - Fort Worth, TX STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-4 MAINTENANCE BOND Page 4 of 5 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 20th day of May 3 , 2025 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 ATTEST: (Principal) Secretary Witn CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PRINCIPAL: Calvo Construction Inc Signature Name and Title Address: 621 N Main Street, #200 Grapevine, TX 76051 SURETY: Chick Fit A - Fort Worth, TX 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 006219-5 MAINTENANCE BOND Page 5 of 5 Employers Mutual Casualty Company/Union Insurance Company of Providence BY: SA4W SBZf t,0'r SEAL Signature I3"3 -• Sam Sealer, Attorney in Fact = ATTEST: Name and Title HMA r�e�'✓' Address: (Surety) Secretary 717 Mulberry Street Des Moines, IA 50309 Witness as trSty Telephone Number-.972-979-3138 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Chick Fil A- Fort Worth, TX P.O. Box 712 • Des Moines, Iowa 50306-0712 QMC INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does. by these presents, make, constitute and appoint: Sam Sealer its true and lawful attorney -in -fact, with full power and authority conferred to sign. seal, and execute the following Surety Bond(s): Surety Bond Principal: Number Calvo Construction, Inc, S051615 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority. subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company, The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day of September , 2022 I Seals l s•. �'' +...;;'•' µ; ''A- off R. Jean, P /dent & CEO Todd Strother,Executive Vice President of Company 1; irm g Secretary ;s an. President Chief Legal Officer & Secrets of & CEO of Com Hies 2, 3.4, 5 & 6 Companies 1, 2. 3, 4. 5 & 6 WVVA ii \.,,,hr.lr .' .`�,,,,5VPq 1r�'•; : ..AJ'UA('�9 .� a G: SEAL Z_ SEAL SEAL yy "Tw LOVERtDGE `CanftWffl t0nbr it107i9 Mv aoO10,0 On this 22nd day of September 2022 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who. being by me duly sworn, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors, and that the said Scott R. Jean and Todd Strother, as such officers. acknowledged the execution of said instrument to be their voluntary act and deed and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2025. CERTIFICATE Notary Publ and for the State of owa 1, Ryan J Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 20th day of _- _ _ _ MaY_ _ 2025 Vice President 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 006125-1 PROJECT RECORD DOCUMENTS Page] of 3 SECTION 00 62 19 MAINTENANCE BOND Bond No. DVHNSU0872541 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Lumin8 Transportation Technologies, LLC dba Bean Electrical LLC known as "Principal" herein and Harco National Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, (Chick-fil- A, Inc.), authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporatioiz ("City"), in the sum of Fifty Seven Thousand Fifty Five and No/100 Dollars (S 57,055.00 1, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 20 WHEREAS, Developer and City have entered into an Agreement for the constriction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number CFA2 5 _0 0 5;and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 18 day of June , 20 2§ which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Chick-fil-A 1-30 & Eastchase 29 05947 and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of nvo (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH CFi1 1-30 & Eastchase 05947 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 105843 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 00 61 25 - 2 PROJECT RECORD DOCUMENTS Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OP PORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 CFi1 1-30 & L•'asrohase 05947 CPN 105843 0061 25 - 3 PROJECT RECORD DOCUMENTS Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 17th day of June 3 2025 . H 5 PRINCIPAL: 6 Lumin8 Transportation Technoloqies, LLC dba 7 Bean Electrica ,LC 8 ... 9 ., BY: 10 = „;` ��;' GSignature 11 ATTEST: 12a;s' %ail d'on�.tt -- 13 �obe�} pti, Webb 11Ze9 io�?aj �residrnh 14 (Principal) Secretary Name and Title 15 16 Address: 5920 Lamar Street 17 Arvada, CO 80003 18 19 20 Witn s a Principal 21 SURETY: 22 Harco National Insurance Company 2324 25 BY:�`_lt�I 26 Signature -,. . 27 28 Susan J. Lattarulo, Attorney -in -Fact 29 ATTEST: Name and Title 30 31 Not Applicable Address: 4200 Six Forks Road 32 (Surety) Secretary Suite 1400 33 '�) Raleigh, NC 27609 34 35 `-Witness as to Surety Tim Rawson Telephone Number: 919 833-1600 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. H(I 41 The date of the bond shall not be prior to the date the Contract is awarded. CITY OP PORT WORTTI CFA I-30 & Easichase 05947 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CMV /05843 Revised January 31, 2012 TY�,yJlj 4,\- c SEAL M STATE OF NEW JERSEY STATE OF ILLINOIS County of Essex County of Cook r 1904 �, O dy1EgS Michael F. Zurcher Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond# DVHNSU0872541 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint THOMAS F. MCCOY JR, KELLI E. HOUSWORTH, TRAVIS J. ROBLES, SUSAN J. LATTARULO Denver, CO their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 � �o A". ' _. SEAL " : O. 1984 :3_ °bd ��LINO�� 'A On this 31st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, �,P• ' ' RG� ', New Jersey the day and year first above written. aOTARy'. F0 NE\N So' Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16, 2029 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hard on this day, June 17, 2025 A00922 Irene Martins, Assistant Secretary STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None. Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None. Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None. Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ❑ x Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑x Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 GENERAL 4 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 006125-1 DAP PROJECT RECORD DOCUMENTS Pagel 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 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105843 Revised December 20, 2012 00 61 25 - 2 DAP PROJECT RECORD DOCUMENTS 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 All Work shall be in accordance with railroad requirements set forth in Division 7 0 as well as the railroad permit. 8 B. 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, 18 plants, lawns, fences, culverts, curbing, and all other types of structures or 19 improvements, to all water, sewer, and gas lines, to all conduits, overhead pole 20 lines, or appurtenances thereof, including the construction of temporary fences 21 and to all other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or 23 private 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 25 the Work. 26 b. Notices shall be applicable to both public and private utility companies and 27 any corporation, company, individual, or other, either as owners or 28 occupants, 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 30 resulting from any act, omission, neglect, or misconduct in the manner or 31 method or execution of the Work, or at any time due to defective work, 32 material, or equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the 35 Project to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the 37 Work is not in progress and when the site is vacated overnight, and/or at all 38 times to 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105843 Revised December 20, 2012 00 61 25 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 -EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105843 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH CFA I-30 & EASTCHASE 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 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 CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 00 61 2519 - 1 DAP PROJECT RECORD DOCUMENTS Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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. 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 61 2519 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 00 61 2519 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 4 5 6 7 8 9 10 11 12 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH CFA I-30 & EASTCHASE 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 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 CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 0061 25 - 1 DAP PROJECT RECORD DOCUMENTS Pagel of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following Work- 7 related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. No 20 separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals 25 from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing 28 the related Work or other applicable activities, or within the time specified in the 29 individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by processing 31 times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0061 25 -2 DAP PROJECT RECORD DOCUMENTS 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. A. 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 B. 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." C. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations D. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 E. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 Provide such measurements and note on the drawings prior to submitting for 32 approval. 33 F. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing -in diagrams and templates 44 5) Catalog cuts CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 0061 25 -4 DAP PROJECT RECORD DOCUMENTS Page 4 of 8 1 6) Product photographs 2 7) Standard wiring diagrams 3 8) Printed performance curves and operational -range diagrams 4 9) Production or quality control inspection and test reports and certifications 5 10) Mill reports 6 11) Product operating and maintenance instructions and recommended spare -parts 7 listing and printed product warranties 8 12) As applicable to the Work 9 H. Samples 10 1. As specified in individual Sections, include, but are not necessarily limited to: 11 a. Physical examples of the Work such as: 12 1) Sections of manufactured or fabricated Work 13 2) Small cuts or containers of materials 14 3) Complete units of repetitively used products color/texture/pattern swatches and 15 range sets 16 4) Specimens for coordination of visual effect 17 5) Graphic symbols and units of Work to be used by the City for independent 18 inspection and testing, as applicable to the Work 19 I. Do not start Work requiring a shop drawing, sample or product data nor any material to be 20 fabricated or installed prior to the approval or qualified approval of such item. 21 1. Fabrication performed, materials purchased or on -site construction accomplished which 22 does not conform to approved shop drawings and data is at the Contractor's risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance with 26 approved shop drawings, applicable samples, and product data. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 J. Submittal Distribution 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 006125-5 DAP PROJECT RECORD DOCUMENTS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a. 8 copies for mechanical submittals 5 b. 7 copies for all other submittals 6 c. If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved product 17 data and samples, where required, to the job site file and elsewhere as directed by 18 the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance with 23 the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City does 30 not relieve the Contractor from his/her responsibility with regard to the fulfillment of 31 the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the Work 35 with all other associated work and trades, for selecting fabrication processes, for 36 techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of the 39 City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 44 comments on the submittal. 45 a. When returned under this code the Contractor may release the equipment 46 and/or material for manufacture. 47 b. Code 2 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 00 61 25 - 6 DAP PROJECT RECORD DOCUMENTS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 0061 25 -7 DAP PROJECT RECORD DOCUMENTS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be used 9 on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 If specifically required in other Sections of these Specifications, submit a P.E. Certification 12 for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 LI0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 2 3 4 5 6 7 8 PART 2 — PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 006125-8 DAP PROJECT RECORD DOCUMENTS Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised August 30, 2013 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Use of Explosives, Drop Weight, Etc. 12 e. Water Department Notification 13 f. Public Notification Prior to Beginning Construction 14 g. Coordination with United States Army Corps of Engineers 15 h. Coordination within Railroad permits areas 16 i. Dust Control 17 j. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation (TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage -type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA's Permit Required for 16 Confined Spaces 17 D. Use of Explosives, Drop Weight, Etc. 18 1. When Contract Documents permit on the project the following will apply: 19 a. Public Notification 20 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 21 prior to commencing. 22 2) Minimum 24 hour public notification in accordance with Section 01 31 13 23 E. Water Department Coordination 24 1. During the construction of this project, it will be necessary to deactivate, for a 25 period of time, existing lines. The Contractor shall be required to coordinate with 26 the Water Department to determine the best times for deactivating and activating 27 those lines. 28 2. Coordinate any event that will require connecting to or the operation of an existing 29 City water line system with the City's representative. 30 a. Coordination shall be in accordance with Section 33 12 25. 31 b. If needed, obtain a hydrant water meter from the Water Department for use 32 during the life of named project. 33 c. In the event that a water valve on an existing live system be turned off and on 34 to accommodate the construction of the project is required, coordinate this 35 activity through the appropriate City representative. 36 1) Do not operate water line valves of existing water system. 37 a) Failure to comply will render the Contractor in violation of Texas Penal 38 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 39 will be prosecuted to the full extent of the law. 40 b) In addition, the Contractor will assume all liabilities and 41 responsibilities as a result of these actions. 42 F. Public Notification Prior to Beginning Construction 43 1. Prior to beginning construction on any block in the project, on a block by block 44 basis, prepare and deliver a notice or flyer of the pending construction to the front 45 door of each residence or business that will be impacted by construction. The notice 46 shall be prepared as follows: CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 CFA I-30 & Eastchase 05947 CPN 105843 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES PART 4 - DATE NAME 8/31/2012 D. Johnson 3/11/2022 M Owen Page 6 of 8 END OF SECTION Revision Log SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105483 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 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.> Met Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 CFA I-30 & Eastchase 05947 CPN 105843 1 2 3 4 Date: EXHIBIT B FORTWORTIL DOE NO. XXXX Project Name: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised March 11, 2022 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 006125-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired 41 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised JULY 1, 2011 00 61 25 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised JULY 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 00 61 25 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 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] LI0 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised JULY 1, 2011 0061 25 -4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, 2 to a condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised JULY 1, 2011 006125-1 DAP PROJECT RECORD DOCUMENTS Paget of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised July 1, 2011 00 61 25 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 2 1) Allow a minimum of 5 working days for permit review. 3 2) Contractor's responsibility to coordinate review of Traffic Control plans for 4 Street Use Permit, such that construction is not delayed. 5 C. Modification to Approved Traffic Control 6 1. Prior to installation traffic control: 7 a. Submit revised traffic control plans to City Department Transportation and 8 Public Works Department. 9 1) Revise Traffic Control plans in accordance with Section 34 71 13. 10 2) Allow minimum 5 working days for review of revised Traffic Control. 11 3) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 D. Removal of Street Sign 14 1. If it is determined that a street sign must be removed for construction, then contact 15 City Transportation and Public Works Department, Signs and Markings Division to 16 remove the sign. 17 E. Temporary Signage 18 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 19 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 20 Devices (MUTCD). 21 2. Install temporary sign before the removal of permanent sign. 22 3. When construction is complete, to the extent that the permanent sign can be 23 reinstalled, contact the City Transportation and Public Works Department, Signs 24 and Markings Division, to reinstall the permanent sign. 25 F. Traffic Control Standards 26 1. Traffic Control Standards can be found on the City's Buzzsaw website. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 PART 3 - EXECUTION [NOT USED] 37 END OF SECTION CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised July 1, 2011 00 61 25 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised July 1, 2011 006125-1 DAP PROJECT RECORD DOCUMENTS Paget of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 A. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. 38 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 61 25 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) 'TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBNHTTALS 41 42 43 44 45 46 47 W. 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised July 1, 2011 00 61 25 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 6 7 8 9 10 11 12 13 14 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - -PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised March 20, 2020 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 N 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 01 66 00 - 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 CFA I-30 & Eastchase 05947 CPN 105843 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost on a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel, equipment, and operating 6 supplies to the Site for the issued Work Order. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel, equipment, and operating 11 supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 — General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment [Consult City Department/Division for direction on if 28 Mobilization pay item to be included or the item should be subsidiary. Include the 29 appropriate Section 1.2 A. 1.] 30 1. Mobilization and Demobilization 31 a. Measure 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation will be 36 allowed. 37 2. Remobilization for suspension of Work as specifically required in the Contract 38 Documents 39 a. Measurement 40 1) Measurement for this Item shall be per each remobilization performed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under "Measurement" will be paid for at the unit 44 price per each "Specified Remobilization" in accordance with Contract 45 Documents. 46 c. The price shall include: CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 1) Demobilization as described in Section 1.1.A.2.a.1) 2 2) Remobilization as described in Section 1.1.A.2.a.2) 3 d. No payments will be made for standby, idle time, or lost profits associated this 4 Item. 5 3. Remobilization for suspension of Work as required by City 6 a. Measurement and Payment 7 1) This shall be submitted as a Contract Claim in accordance with Article 10 8 of Section 00 72 00. 9 2) No payments will be made for standby, idle time, or lost profits associated 10 with this Item. 11 4. Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price per each "Work Order Mobilization" in accordance with Contract 19 Documents. Demobilization shall be considered subsidiary to mobilization 20 and shall not be paid for separately. 21 c. The price shall include: 22 1) Mobilization as described in Section 1.1.A.3.a.1) 23 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time, or lost profits associated this 25 Item. 26 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 27 a. Measurement 28 1) Measurement for this Item shall be for each Mobilization and 29 Demobilization required by the Contract Documents 30 b. Payment 31 1) The Work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price per each "Work Order Emergency Mobilization" in accordance with 34 Contract Documents. Demobilization shall be considered subsidiary to 35 mobilization and shall not be paid for separately. 36 c. The price shall include 37 1) Mobilization as described in Section 1.1.A.4.a) 38 2) Demobilization as described in Section 1.1.A.3.a.2) 39 d. No payments will be made for standby, idle time, or lost profits associated this 40 Item. 41 1.3 REFERENCES [NOT USED] 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 END OF SECTION 0 10 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105843 Revised November 22, 2016 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 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 CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 71 23 - 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. 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 CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 71 23 - 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 CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 01 74 23 - 1 DAP CLEANING Page 1 of 4 SECTION 0174 23 CLEANING PART I - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 01 74 23 - 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] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 34 35 36 37 38 39 40 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 1. 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 77 19-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PAT 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 7423. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 £ 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 CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 1/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten 38 39 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 37 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Pagel of 4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.1 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. 37 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". 36 37 38 CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 t GC 4.02 SUBSURFACE AND PHYSICAL CONDITIONS s THIS PAGE WAS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CFA 1-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 t O RED Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU West Corner of Eastchase Parkway Fort Worth, Texas Prepared for: Chick-fil-A, Inc. Atlanta, Georgia Prepared by: Giles Engineering Associates, Inc. TBPE Firm Registration No. F-4090 February 24, 2025 Project No. 4G-2407006 FILES CNGINEERING F)550CIATES, INC. G I LES C.NGINEERING ASSOCIATES, INC. Danes, T TX EWRONIHH & CONSTRUDTEIN MATERIALS CONSULTANTS Los Angeles. CA Manassu. VA . "'Waukee. wl February 24, 2025 Chick-fil-A, Inc. 5200 Buffington Road Atlanta, Georgia 30349-2998 Attention: Ms. Jennifer Wick New Restaurant Project Management' Restaurant Development Subject: Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU West Corner of Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Dear Ms. Wick: Giles Engineering Associates, Inc. (Giles) conducted a Geotechnical Engineering Exploration and Analysis for the proposed project. The accompanying report describes the services that were performed and provides geotechnical engineering conclusions and recommendations. We sincerely appreciate the opportunity to provide geotechnical engineering services for the proposed project. Please contact the undersigned if there are questions concerning the report or if we may be of further service. Very truly yours, GILES ENGINEERING ASSOCIATES, INC. TBPE Firm Registration No. F-4090 M� a Junay Hemel „t '�P""G 4 ! Project kJanatler /J� a `+, be ICXAE' F. P'S4rM, j Michael Pisank, P.E. +lgo,•9 7386 �� r�y,'t� Regional Director l�:a oFQ�STE�:•t.".a, Distribution: Chick-fil-A, Inc. Attn: Ms. Jennifer Wick (PDF: jennifer.wick@cfacorp.com) Mr. Getra Sanders (PDF: getra.sanders@cfacorp.com) Upload to SharePoint 2M Lembmdy Lena • Soda 105 • Dallas, Tx 75220 21U35 NM - Fax 210.3535 - E-Mall dallas®gileaengr.min TABLE OF CONTENTS GEOTECHNICAL ENGINEERING EXPLORATION AND ANALYSIS PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO. 4G-2407006 Section No. Description Page No. EXECUTIVE SUMMARY............................................................................................................ 1.0 SCOPE OF SERVICES.................................................................................................. 1 2.0 SITE DESCRIPTION...................................................................................................... 1 3.0 PROJECT DESCRIPTION............................................................................................. 2 4.0 SUBSURFACE EXPLORATION PROGRAM................................................................. 2 5.0 LABORATORY TESTING PROGRAM.......................................................................... 3 6.0 MATERIAL CONDITIONS.............................................................................................. 4 6.1. Surface Materials.............................................................................................. 4 6.2. Subsurface Material.......................................................................................... 4 7.0 GROUNDWATER CONDITIONS................................................................................... 4 8.0 CONCLUSIONS AND RECOMMENDATIONS.............................................................. 5 8.1. Seismic Desiqn Considerations....................................................................... 5 8.2. Design Considerations..................................................................................... 5 8.3. Moderately Riqid Reinforced Shallow Footings and Floor Slab .................... 5 8.4. Canopv Recommendations.............................................................................. 7 8.5. Screeninq Wall Foundation Recommendations ............................................. 8 8.6. Pavement Recommendations.......................................................................... 9 8.7. Generalized Site Preparation Recommendations..........................................12 8.8. Generalized Construction Considerations.....................................................14 9.0 8.9. Recom nded Construction Materials Testing Services .............................15 BASIS OF r�tl-��rt i......................................................................................................16 APPENDICES Appendix A - Figures (17) and Test Boring Logs (12) Appendix B - Field Procedures Appendix C - Laboratory Testing and Classification Appendix D - General Information © Giles Engineering Associates, Inc. 2024 GILES ENGINEERING ASSOCIATES, INC. GEOTECHNICAL ENGINEERING EXPLORATION AND ANALYSIS PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO. 4G-2407006 RED - This site has been given a RED designation due to expected increased development costs associated with the presence of expansive soils. ITEMS OF IMPORTANCE 1. The site is vacant, and the surface is covered with tall brush grass and soil. Any surface vegetation, topsoil with adverse organic content including tree roots and root balls if present, and otherwise unsuitable bearing materials are recommended to be removed from the proposed building footprint, pavement areas, other structural areas, and areas to receive any fill to raise site grades. 2. Recommended Buildinq Foundations - Moderately rigid reinforced shallow foundation (i.e., spread and/or continuous strip footings) and reinforced slab -on -grade floor placed on a properly prepared subgrade. Due to the presence of expansive clay soils, it is recommended that the onsite soils be excavated to an elevation of 529 feet (approximately 2.5 to 4 feet below the existing grades) and extending at least 5 feet beyond the building perimeter (including any adjacent flatwork sensitive to vertical movements) and removed. Following removal, the exposed subgrade should be scarified a minimum 12 inches, the soil moisture content adjusted to above the plastic limit and between 2 to 3% above the optimum moisture content, and the soil compacted. The excavation should then be backfilled with low expensive (LL <_ 30 and 4 <_ PI <_ 15), low permeability, cohesive engineered fill placed in loose lifts less than 9 inches thick and compacted to at least 95% of standard Proctor maximum dry density at a moisture content of -1% to +3% of the optimum moisture content. 3. Recommended Canoov Foundations - Due to the presence of potentially expansive soils, the canopies may be supported by isolated shallow square footing foundations supported by suitably prepared existing soils at a depth of 5 feet below the top of the drive through lane. 4. Recommended Screeninq Wall Foundations - Moderately rigid reinforced shallow foundation (i.e., spread and/or continuous strip footings) and reinforced slab -on -grade floor placed on a minimum of 12 inches of scarified, moisture conditioned, and recompacted subgrade. 5. Shallow foundations bearing on properly prepared subgrade may be designed using a 2,500 psf maximum, net, allowable soil bearing capacity. 6. PCC for pavements 5, 6 and 7 inches underlain by a minimum eight (8) inches of a scarified, moisture conditioned, and recompacted subgrade. 7. Depending on the site and weather conditions at the time of construction it may be necessary to moisture condition or stabilize the pavement subgrade with lime, cement, or stone. The need for additional stabilization will need to be evaluated at the time of construction following a proof roll of the site. 8. Free water was not observed during drilling or upon completion of drilling the borings. 9. The subgrade soils at this site are sensitive to adverse weather, increased moisture, excess construction traffic and excess vibrations of construction vehicular activity. The soils may become unstable as a result. It is critical to reduce subgrade disturbance across the site. Construction traffic should be controlled and limited to the extent possible. GILES ENGINEERING ASSOCIATES, INC. GEOTECHNICAL ENGINEERING EXPLORATION AND ANALYSIS PROPOSED CHICK-FIL-A RESTAURANT #5947 I-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO. 4G-2407006 EXECUTIVE SUMMARY The executive summary is provided solely for the purpose of overview. Any party who relies on this report must read the full report. The executive summary omits a number of details, any one of which could be crucial to the proper application of this report. Subsurface Conditions Site subsurface conditions were evaluated by performing a total of 12 test borings to depths ranging from 5± to 20± feet below existing ground surface. The subject property (site) is located on the west corner of Eastchase Parkway and Ederville Road, Fort Worth, Tarrant County, Texas. At the time that the Geotechnical Field Study was completed, the site was vacant, undeveloped and the surface was covered with tall brush, grass, and bare soil. The ALTA site plan provided indicates the site slopes down approximately 4 to 5 towards the southeast. Near surface soils encountered in the upper 1.5 to 4 feet in Test Borings B8, B9, and B11, and B12 generally consisted of brown, tan, dark gray, firm to dense, silty sand, with occasional iron oxide nodules, and trace roots. Soils encountered below the sands Test Borings B8, B9, and B11, and B12 and from the surface in the remaining borings consisted of stiff to hard, red, brown, tan, orange, gray silty -sandy -clay and silty clay with varying amounts of sand and sandy clay; with occasional iron oxide stains and nodules to depths of 13 to 18 feet. The clayey soils were followed by brown, red, tan loose silty sand with some iron oxide nodules to maximum depth explored of 20 feet. Free water was not observed during drilling or upon completion of drilling the borings. Site Preparation • Surface vegetation, topsoil with adverse organic content including tree roots and root balls if present, and otherwise unsuitable bearing materials are recommended to be removed from the proposed building footprint, pavement areas, other structural areas, and areas to receive any fill to raise site grades. • After the site is rough graded, as needed, the entire site is recommended to be proof - rolled to help locate unstable soil and, where feasible, proof -rolling should extend at least several feet beyond development areas. Building Foundations and Floor Slab Based on a review of the grading plan completed by Wier & Associates dated, August 29, 2024, it is estimated that 13/4 to 3'/4 feet of cut will be required to achieve the desired finished grade of the building pad. • The building may be supported by a moderately rigid reinforced shallow foundation (i.e., spread and/or continuous strip footings) and reinforced slab -on -grade floor placed properly prepared subgrade. A monolithically poured turned -down slab could also be used for the building. Due to the presence of expansive clay soils, it is recommended that the onsite soils be excavated to an elevation of 529 feet (approximately 2.5 to 4 feet below GILES ENGINEERING ASSOCIATES, INC. EXECUTIVE SUMMARY (CONT.) PROJECT NO. 4G-2407006 the existing grades) and extending at least 5 feet beyond the building perimeter (including any adjacent flatwork sensitive to vertical movements) and the soil removed. Following removal, the exposed subgrade should be scarified a minimum 12 inches, the soil moisture content adjusted to above the plastic limit and between 2 to 3% above the optimum moisture content, and the soil compacted. The excavation should then be backfilled with low expensive (LL <_ 30 and 4 <_ PI <_ 15), low permeability, cohesive engineered fill placed in loose lifts less than 9 inches thick and compacted to at least 95% of standard Proctor maximum dry density at a moisture content of -1 % to +3% of the optimum moisture content. The foundation is recommended to be designed using a 2,500 psf maximum, net allowable soil bearing capacity. A 5-inch floor slab underlain by a minimum 4-inch-thick free -draining granular base is recommended. • A soil Site Class D is recommended for seismic design. Screening Wall Foundation The screening wall may be supported by a moderately rigid reinforced shallow foundation (i.e., spread and/or continuous strip footings) and reinforced slab -on -grade floor placed on 12 inches of scarified, moisture conditioned, and recompacted subgrade along the screening wall and extending at least 3 feet beyond the along the wall alignment. The foundation is recommended to be designed using a 2,500 psf maximum, net allowable soil bearing capacity. Canopy Foundations • Due to the presence of potentially expansive soils, the canopies may be supported by isolated shallow square footing foundations supported by suitably prepared existing soils at a depth of 5 feet below the top of the drive through lane. It is recommended that the foundation system be designed using a 2,500 pounds per square foot (psf) maximum, net allowable soil bearing capacity. Pavement According to the grading plan provided, up to'/z to 4 of cut will be required to achieve grades in the parking area. Asphalt Pavement: Four (4) inches of asphaltic concrete, underlain by six (6) inches of compacted aggregate base and minimum eight (8) inches of a scarified, moisture conditioned, and recompacted subgrade is recommended for standard duty pavements. If asphalt pavement is used, Portland cement concrete pavement is recommended for high stress areas. Portland Cement Concrete (PCC): A minimum of eight (8) inches of scarified, moisture conditioned, and recompacted subgrade is recommended below the PCC pavement. o Five (5) inches of reinforced PCC pavement is recommended for standard duty sections. o Six (6) inches of reinforced PCC pavement is recommended for heavy duty sections, such as at exit/entrance aprons. o Seven (7) inches of reinforced PCC pavement is recommended for high stress areas, such as at the dumpster pad and approach. GILES ENGINEERING ASSOCIATES, INC. EXECUTIVE SUMMARY (CONT.) PROJECT NO. 4G-2407006 • Depending on the site and weather conditions at the time of construction it may be necessary to moisture condition or stabilize the pavement subgrade with lime, cement, or stone. The need for additional stabilization will need to be evaluated at the time of construction following a proof roll of the site. Construction/Design Considerations • Preventing large moisture fluctuations in the soils beneath the foundation/floor slab system is critical to foundation/slab performance. We recommend paving/sidewalks be placed adjacent to the structure perimeter to reduce seasonal drying of the soils near the perimeter of the structure. Irrigation of lawn and landscaped areas should be moderate, with no excessive wetting or drying of soils around the perimeter of the structure allowed. Positive drainage away from the structure should also be provided. Trees and bushes/shrubs planted near the perimeter of the structure can withdraw large amounts of moisture from the soils and should be planted at least their anticipated mature height away from the building. • The subgrade soils at this site are sensitive to adverse weather, increased moisture, excess construction traffic and excess vibrations of construction vehicular activity. The soils may become unstable as a result. It is critical to reduce subgrade disturbance across the site. Construction traffic should be controlled and limited to the extent possible. Extreme care must be exercised by the contractors during site preparation and construction to reduce the potential for soil disturbance. If subgrades are significantly disturbed due to construction activities, it might be necessary to remove or stabilize the upper 12± inches of soil due to adverse weather and/or excess construction traffic. Furthermore, construction traffic should be restricted to certain aggregate -covered areas in an effort to reduce traffic -related soil disturbance. • Granular soils were encountered in some of the borings(in B8 through B12) and could be present in other unexplored areas of the site; therefore, soil cave-in may be an issue during site excavations. Care should be taken during excavation operations to install the appropriate excavation protection. RED - This site has been given a RED designation due to expected increased development costs associated with the presence of expansive soils. iii GILES ENGINEERING ASSOCIATES, INC. GEOTECHNICAL ENGINEERING EXPLORATION AND ANALYSIS PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO. 4G-2407006 1.0 SCOPE OF SERVICES This report provides the results of the Geotechnical Engineering Exploration and Analysis that Giles Engineering Associates, Inc. (Giles) conducted regarding the proposed development. The Geotechnical Engineering Exploration and Analysis included several separate, but related, service areas referenced hereafter as the Geotechnical Subsurface Exploration Program, Geotechnical Laboratory Services, and Geotechnical Engineering Services. The scope of each service area was narrow and limited, as directed by our client and in consideration of the proposed project. The scope of each service area is discussed subsequently in this report. Geotechnical engineering recommendations for design and construction of the foundation and floor slab for the proposed building, pavements, screening wall and canopies, are provided in this report. Site preparation recommendations are also given; however, those recommendations are only preliminary since the means and methods of site preparation will depend on factors that were unknown when this report was prepared. Those factors include the weather before and during construction, subsurface conditions that are exposed during construction, and finalized details of the proposed development. Giles conducted a Phase I Environmental Site Assessment (ESA) regarding the subject site. Environmental -related services and the outcome of those services are not addressed in this report. The findings, conclusions, and recommendations resulting from the Phase I ESA are given in a separate report (Giles' Project 4E-2407009). 2.0 SITE DESCRIPTION The subject property (site) is located on the west corner of Eastchase Parkway and Ederville Road, Fort Worth, Tarrant County, Texas. At the time that the Geotechnical Field Study was completed, the site was vacant, undeveloped and the surface was covered with tall brush, grass, and bare soil. The ALTA site plan provided indicates the site slopes down approximately 4 to 5 towards the southeast. Ederville Road, followed by parking lot and Aldi beyond border the site to the north; Ederville Road followed by Burger King and a vacant lot border the site to the northeast; the intersection of Eastchase Parkway and Ederville Rd, followed by PNC Bank border the site to the east, Eastchase Parkway followed by Wells Fargo Bank and Camp Bow Wow border the site to the southeast; Olmstead Trail followed by Popeyes Restaurant border the site to the southwest; and a residential neighborhood borders the site to the northwest. Based on a review of historical aerial photographs, the site appears to be vacant land covered with sparsely populated trees since 1942. By the aerial 2016 the site appears to have been graded. However, by the 2020 aerial, the site appeared to be grass covered and remained GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 2 unchanged and site conditions appeared similar as those observed during the Geotechnical field study in August 2024. 3.0 PROJECT DESCRIPTION The proposed Chick-fil-A restaurant will be a single -story, type P14-SE-XP Series Prototype approximately 5,028-square foot, wood framed structure that will have a wood truss roof system. The restaurant will not have a basement or other below -ground spaces. Exterior walls and interior columns will support the structure with maximum combined live and dead loads for walls and columns estimated to be about 2,000 pounds per lineal foot (plf) and 20,000 pounds, respectively. It is understood that the floor is to be a ground -bearing concrete slab subjected to a maximum of 100 pounds per square foot (psf) live load. A new parking lot, which will include automobile parking stalls and automobile drive lanes, will be located northeast of the proposed building, and new 2- lane drive through areas will be located along the west, northwest, south, and southeast sides of the proposed building. Based on a review of the grading plan completed by Wier & Associates dated, August 29, 2024, the finished floor elevation for the proposed building pad will be 530.50 feet and the existing site elevation in the vicinity of the building pad ranges is approximately 531.5 to 533 feet. Therefore, it is estimated that up to 13/4 to 3'/4 feet of cut will be required to achieve the desired finished grade of the building pad. Similarly, the finished elevation around the parking area and drive through lanes are estimated to range approximately from 528 to 531 feet and the existing elevation in the parking area ranges from approximately 528 to 533 feet. The grading plan indicates up to'/2 to 4± feet of cut will be required to achieve grades in the parking area. The following recommendations are based on the existing grades at the test borings at the time of the subsurface exploration and no more than 1 foot of cut or fill required to grade the area along the proposed screening wall. 4.0 SUBSURFACE EXPLORATION PROGRAM The purpose of the Geotechnical Subsurface Exploration Program was to explore the subsurface conditions at the site by drilling a total of 12 test borings to depths ranging from 5± to 20± feet below existing ground surface. The Test Borings were drilled utilizing a geoprobe drill rig equipped with solid flight augers. Test borings B1 through B4 were located within the footprint of the proposed building and were drilled to depths of 15 and 20 feet. Test borings B5 were located near proposed canopies and were drilled to approximate depths of 10 feet below grade. Test borings B6 through B9 were located in paved areas and were drilled to approximate depths of 5 feet. Test borings B10 through 12 were located in the screening wall areas and were drilled to approximate depths of 15 feet. The approximate test boring locations are shown on the Test Boring Location Plan. Samples were collected from the test borings, at certain depths, using 3-inch outside diameter Shelby tubes and split -barrel sampler during Standard Penetration Testing (SPT) samples, which are described in Appendix B, along with descriptions of other field procedures. Immediately after sampling, select portions of the samples recovered were retained and labeled at the site for GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 3 identification. The retained samples were transported to Giles' geotechnical laboratory as part of the Geotechnical Subsurface Exploration Program. 5.0 LABORATORY TESTING PROGRAM The retained samples were classified by Giles geotechnical personnel using the descriptive terms and particle -size criteria shown on the General Notes in Appendix D, and by using the Unified Soil Classification System (ASTM D 2488-75) as a general guide. The classifications are shown on the Test Boring Logs, along with horizontal lines that show estimated depths of material change. Field -related information pertaining to the test borings is also shown on the Test Boring Logs. For simplicity and abbreviation, the terms and symbols used on the Test Boring Logs are defined on the General Notes. The test results are summarized in the table below and included on the Test Boring Logs and Figures 2 through 17 in Appendix A. SUMMARY OF LABORATORY TESTING (soil borings) ASTM D-4318 Percent ASTM D4546 Test Sample p Passing No. 200 Swell Pressure Test Boring Depth Liquid Plasticity Limit Index Sieve Free Max Swell ID (LL) (PI) (P200) Swell Pressure (feet) M) M) (tsf) B1 9.5-11 25 10 57.8 ---- ---- B2 2-3.5 37 22 70.2 3.23 1.15 **B2 2-3.5 -- -- ---- 4.13 ---- B2 4.5-6 -- -- ---- 1.73 ---- B4 2-4 -- -- ---- 0.71 ---- B4 4-6 31 18 58.6 0.82 0.88 B5 4.5-6 30 16 74.0 ---- ---- B6 0-1.5 25 11 ---- ---- ---- B7 0-1.5 34 19 ---- ---- ---- B 11 2-4 20 7 50.1 -0.11 * ---- B 12 2-3.5 14 2 46.5 ---- ---- B 12 4-6 -- -- ---- 1.61 ---- B 12 6-8 32 18 ---- ---- ---- Notes: tsf = tons per square foot * = sample consolidated upon loading. ** = swell test re -run to for swell potential check. ASTM D2166 Unconfined Compressive Strength (tsf) 9.03 2.69 3.25 As part of the Geotechnical Laboratory Services, the retained samples were screened with a Photoionization Detector (PID) to check for Volatile Organic Compound (VOC) vapors, such as vapors associated with gasoline. The results of the PID screening are included on the Test Boring Logs. GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 4 6.0 MATERIAL CONDITIONS Since material sampling at the test borings was discontinuous, it was necessary for Giles to assume conditions between sample intervals. The conditions encountered at the test borings and assumed between sample intervals are briefly discussed in this section and are described in more detail on the Test Boring Logs. Also, the conclusions and recommendations in this report are based on the conditions encountered and inferred between the test borings. 6.1. Surface Materials At the time the field exploration was performed, the surface was covered with tall brush, grass, and bare soil. 6.2. Subsurface Material Near surface soils encountered in the upper 1.5 to 4 feet in Test Borings B8, B9, and B11, and B12 generally consisted of brown, tan, dark gray, firm to dense, silty sand, with occasional iron oxide nodules, and trace roots. Soils encountered below the sands Test Borings B8, B9, and B11, and B12 and from the surface in the remaining borings consisted of stiff to hard, red, brown, tan, orange, gray silty -sandy -clay, and silty clay with varying amounts of sand and sandy clay; with occasional iron oxide stains and nodules to depths of 13 to 18 feet. The clayey soils were followed by brown, red, tan loose silty sand with some iron oxide nodules to maximum depth explored of 20 feet. Please refer to the attached logs of borings for detailed subsurface soil descriptions at specific locations and depths. 7.0 GROUNDWATER CONDITIONS Free water was not observed during drilling or upon completion of drilling the borings. Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall, runoff, and other factors not evident at the time the borings were performed. Groundwater may require special attention if encountered during construction. Estimation of the water table by observation of open boreholes in a soil profile is difficult even after several days of observation. The actual water table depth may be higher or lower than estimated. If a more precise depth estimate is needed, groundwater monitoring wells are recommended to be installed at the site and observed. Giles can install and observe the wells, if it is decided that observation wells are necessary. GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 5 8.0 CONCLUSIONS AND RECOMMENDATIONS 8.1. Seismic Desiqn Considerations A soil Site Class D is recommended for seismic design based on Table 20.3-1 of Chapter 20 of ASCE 7 which is accordance with Section 1613.2.2 of Chapter 16 of the 2021 International Building Code. By definition, Site Class is based on the average properties of subsurface materials to a depth of 100 feet below the ground surface. Since 100-foot-deep test borings were not requested or authorized for the project, it was necessary to estimate the subsurface conditions below the exploration depths based on the test borings and presumed area geology. 8.2. Design Considerations Based on the conditions encountered at the test boring locations, the site is underlain by approximately 1.5 to 4 feet of firm to dense; silty sand in Test Borings B8, B9, and B11, and B12. Following the sands in Test Borings B8, B9, and B11, and B12 and from the surface in the remaining borings was stiff to hard silty -sandy -clay, silty and sandy clay that extended to depths of 13 to 18 feet. The clayey soils was followed by silty sand to the maximum termination depths of the borings at a depth of approximately 20 feet. The Potential Vertical Rise (PVR) was estimated based on the existing soil conditions utilizing the laboratory testing performed. Briefly, the PVR is defined as the potential of the soil material, based upon given conditions, to swell and thereby increase the upper surface elevation along with any structure resting on it. The PVR and settlement for the proposed structure supported on the existing site soils has been estimated to be 1 inch or less, which is considered to be within tolerable limits. However, due to the presence of expansive soils with swell potentials above 3%, excavation of these high well soils will be necessary as discussed subsequently in this report. Therefore, based on site specific considerations, the building may be supported by a moderately reinforced shallow foundation system (i.e., spread and/or continuous strip footings) with grade supported floor slab over properly prepared low expansive import fill as presented below. Based on a review of the grading plan completed by Wier & Associates dated, August 29, 2024, the finished floor elevation for the proposed building pad will be 530.50 feet and the existing site elevation in the vicinity of the building pad ranges is approximately 531.5 to 533 feet. Therefore, it is estimated that 13/4 to 3'/4 feet of cut will be required to achieve the desired finished grade of the building pad. 8.3. Moderately Riqid Reinforced Shallow Footinqs and Floor Slab Foundations The foundations are recommended to consist of moderately rigid reinforced shallow footings (i.e., continuous strip and/or spread footings) and a grade supported floor slab for the building. A monolithically poured turned -down slab could also be used for the building. Due to the presence of expansive clay soils, it is recommended that the onsite soils be excavated to an elevation of 529 feet (approximately 2.5 to 4 feet below the existing grades) and extending GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 6 at least 5 feet beyond the building perimeter (including any adjacent flatwork sensitive to vertical movements) and the soil removed. Following removal, the exposed subgrade should be scarified a minimum 12 inches, the soil moisture content adjusted to above the plastic limit and between 2 to 3% above the optimum moisture content, and the soil compacted. The excavation should then be backfilled with low expensive (LL <_ 30 and 4 <_ PI <_ 15), low permeability, cohesive engineered fill placed in loose lifts less than 9 inches thick and compacted to at least 95% of standard Proctor maximum dry density at a moisture content of -1% to +3% of the optimum moisture content. The foundations bearing on properly prepared select fill, are recommended to be designed for a 2,500 psf maximum, net, allowable soil bearing capacity. Strip footing pads are recommended to be at least 14 inches wide and isolated column pads are recommended to be at least 24 inches wide for geotechnical engineering considerations, regardless of the calculated foundation bearing stress. The longitudinal reinforcement in continuous wall footing pads is recommended to consist of at least four No. 5 rebars (two top and two bottom) to increase resistance against differential movement from non -uniform soil support. The longitudinal reinforcement is based on a minimum 12-inch-thick and a maximum 24-inch- wide footing pad. Additional reinforcement may be needed as per structural requirements. A combination of footing pad and stemwall reinforcement could alternatively be used to provide the intended rigidity. The reinforcement is also recommended to be carried through the column pads located within the wall lines to increase the overall structural rigidity. Foundation walls could be built of cast -in -place concrete or concrete masonry units. It is recommended that a structural engineer provide the specific foundation details including footing dimensions, reinforcing, and other details. The footings for perimeter walls and other exterior elements of the proposed structure are recommended to bear at least 24 inches below the finished exterior grade. Interior footings could be directly below the floor slab if the building will be heated, and support soil will not freeze. The foundation analysis was conducted assuming that the perimeter and interior foundations will bear at about 2 feet below the floor surface, respectively. Foundation excavations are recommended to be dug with a smooth -edge backhoe bucket to develop a relatively undisturbed bearing grade. A toothed bucket will likely disturb foundation - bearing soil more than a smooth -edge bucket, thereby making soil at the excavation base more susceptible to saturation and instability, especially during adverse weather. It is critical that contractors protect foundation support soil and foundation construction materials. It is recommended that the strength characteristics of soil within the entire foundation influence zone meet or exceed the recommended 2,500 psf bearing capacity. It is further recommended that Giles evaluate foundation support soil immediately before foundation construction. The purpose of the recommended evaluation is to confirm that the foundation will be properly supported. In the event that another firm performs the recommended evaluation of foundation support soil, they should use appropriate means and methods, and Giles must be notified if the composition or strength characteristics of the foundation support soil differ from the recommended value. Soil that is within the foundation influence zone but does not meet the recommended strength criteria (described above), or is otherwise unsuitable, is recommended to be removed and replaced. A relatively level and uniform bearing grade is required for the foundation. GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 7 The post -construction total and differential movement of the shallow depth foundation system designed and constructed based on the recommendations of this report are estimated to be less than 1 inch and 0.6 inch, respectively. The post -construction angular distortion is estimated to be less than 0.003 across a distance of 20 feet or more. Floor Slab Assuming a maximum 100 psf floor load, the floor slab is recommended to be at least 5 inches thick for geotechnical purposes. The actual design thickness and strength of the concrete floor slab should be based on structural loading and local building code considerations. The floor slab is recommended to be reinforced with No. 4 steel reinforcement bars at 18 inches on center, each way. It is recommended that a structural engineer specify the floor slab thickness, reinforcing, joint details and other parameters. A minimum 4-inch-thick free -draining granular base is recommended to be directly below the floor slab to serve as a capillary break and help develop more uniform support. It is recommended that the base consist of free -draining aggregate. Also, it is recommended that Giles test and approve base coarse aggregate or sand before it is placed. Depending on gradation, a geotextile might need to be below the base course. A minimum 10-mil moisture vapor retarder is recommended to be directly below the floor slab or base course throughout the entire floor area. It is recommended that a structural engineer or architect specify the vapor retarder location with careful consideration of concrete curing and the effects of moisture on future flooring materials. The moisture vapor retarder is recommended to be in accordance with ASTM E 1745-97, which is entitled: Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. If the base course has sharp, angular aggregate, protecting the retarder with a geotextile (or by other means) is recommended. The post -construction total and differential movements of an isolated floor slab constructed in accordance with the recommendations of this report are estimated to be less than 1 inch and 0.5 inch, respectively, over a distance of about 20 feet. 8.4. Canopv Recommendations Based on the Canopy Footings Design Note# 2021-007, provided by Chick-fil-A, dated 03/10/21, either square or round footings will be used to support the proposed canopy structures. Round footings are not feasible for this project, due to the presence of expansive soils, therefore, the canopies are recommended to be supported by isolated shallow square footing foundations supported by suitably prepared existing soils. Recommendations for square footings are provided for the proposed canopies. Isolated Sauare Footing Foundations Isolated shallow square footing foundations bearing on properly prepared on -site subgrade soils may be designed using a 2,500 psf maximum, net, allowable soil bearing capacity at a depth of approximately 5 feet below the top of the drive through lane. All footings must be protected against GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 8 weather and water damage during and after construction and must be supported within suitable bearing materials. Minimum foundation widths for footings should be 24 inches, regardless of actual soil pressure. The maximum bearing value applies to combined dead and sustained live loads. The recommended allowable soil bearing pressure may be increased by for short term wind and/or seismic loads. Bearinq Material Criteria Evaluation of the foundation bearing soils is recommended to be performed by the geotechnical engineer at the time of foundation construction prior to placement of reinforcing steel. The depth of evaluation should be determined by the geotechnical engineer. If unsuitable bearing soils are encountered, they should be recompacted in -place if feasible, or excavated to a suitable bearing soil subgrade and to a lateral extent as defined by Item No. 3 of the enclosed Guide Specifications, with the excavation backfilled with structural compacted fill to develop a uniform bearing grade. Alternatively, footings may be extended in depth so that they are underlain by suitable bearing materials. Reinforcing The design of the foundations as well as determination of the actual quantity of steel reinforcing and the footing dimensions should be performed by the structural engineer. Lateral Load Resistance Lateral load resistance will be developed by a combination of friction acting at the base of foundations and slabs and the passive earth pressure developed by footings below grade. Passive pressure and friction may be used in combination, without reduction, in determining the total resistance to lateral loads. A one-third increase in the passive pressure value may be used for short duration wind or seismic loads. A coefficient of friction of 0.35 may be used with dead load forces for footings placed on newly placed compacted fill soil. An allowable passive earth pressure of 250 psf per foot of footing depth (pcf) below the lowest adjacent grade may be used for the sides of footings placed against competent materials. Estimated Foundation Movement Post -construction total and differential static settlement of a shallow foundation system designed and constructed in accordance with the recommendations provided in this report are estimated to be less than '/2 inch and '/4 inch, respectively, for static conditions. 8.5. Screeninq Wall Foundation Recommendations Based on the grading plan prepared by Wier & Associates, Inc. dated August 29, 2024, it is understood that an approximately minimum 6 feet screening wall will be constructed along the northwestern perimeter of the site. A wall that is not attached to any structures and can accept some lateral movement may be designed based on "active" earth pressure. A wall that cannot GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 9 tolerate movement should be designed as a "restrained" screening wall based on "at -rest" earth pressure. The screening wall must also be designed to resist any surcharges near the wall, such as traffic. Considering the site topography when the test borings were performed and based on a review of the grading plan, it is assumed that no more than 1 foot of cut/fill will be needed for screening wall construction. The following recommendations are based on the existing grades at the test borings at the time of the subsurface exploration and no more than 1 foot of cut or fill required to grade the area along the proposed screening wall. Moderatelv Ridged Reinforced Shallow Footings The foundations are recommended to consist of moderately rigid reinforced shallow footings (i.e., continuous strip and/or spread footings) supported on properly prepared subgrade. Following a proof roll, the subgrade should be scarified a minimum 12 inches, the soil moisture content adjusted to between —1 to +3 % of the optimum moisture content, and the soil compacted within the building pad footprint and extending at least 3 feet beyond the building perimeter. Footings are recommended to be designed using a 2,500 psf maximum, net, allowable soil bearing capacity provided they are supported on properly prepared subgrade soils. It is assumed that a minimum 24-inch foundation embedment depth is required for the site. The soil on the low side or toe of the wall should be assumed to contribute no passive resistance above the frost embedment depth. To reduce the lateral earth pressure against the wall, the backfill adjacent to the wall should extend a lateral distance behind the wall a distance equal to the wall height and consist of the material as described in the table below. Compaction of the backfill is recommended to achieve a density of between 90 and 95 percent of the Standard Proctor density and light hand operated equipment is recommended so that excessive stress is not subjected to the wall. The design of the wall should incorporate an adequate factor -of -safety against both overturning (FS=2.0) and sliding (FS=1.5). The overturning resultant should also fall within the center third (kern) of the screening wall footing for stability, or the design must be rechecked with a limited bearing surface area. 8.6. Pavement Recommendations It is understood, based on information provided by Chick-fil-A, the typical traffic at Chick-fil-A sites consists of 3 large tractor -trailer trucks per week and 4 general delivery trucks per day. Therefore, the pavement section is based on an estimated maximum daily traffic volume consisting of 50,000-pound equivalent single axle loads (ESALs). It is recommended that the project owner, developer, civil engineer, and other design professionals involved with the project confirm that the design traffic volumes are appropriate. If requested, Giles can provide supplemental pavement recommendations based upon other traffic conditions if the design traffic volumes are not appropriate. If the pavement section is subject to traffic greater than assumed, increased maintenance and premature failure could occur. GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 10 A California Bearing Ratio (CBR) test is commonly used to determine soil support parameters for pavement design. Since a CBR test or other appropriate test was not authorized for this project, it was necessary for Giles to assume the CBR value used to give pavement recommendations. The following pavement sections are based on an assumed CBR value of 3. Engineered fill that is placed in proposed pavement areas is recommended to have a CBR value equal to or greater than 3 and the fill is recommended to be placed and compacted per the recommendations of this report. According to the grading plan provided, up to'/2 to 4± feet of cut will be required to achieve grades in the parking area. The required pavement thickness and the performance of the pavement will depend in large part upon the strength and uniformity of the subgrade. The subgrade must be made reasonably uniform, with no abrupt changes in degree of support and with subgrade soils that are uniform in material and density. Attention to this aspect of pavement construction is often neglected, especially for light traffic pavements. It is important to note that soft spots that show up during construction should be excavated and recompacted with the same or similar soil as in the adjacent subgrade. Recommendations for both new rigid Portland cement concrete and flexible hot mix asphalt pavement sections are provided for the proposed site. It must be recognized that pavement construction is not risk -free due to the potential support variability of the clayey fill soils, and some increased maintenance or repair of the economical pavement sections presented herein should be expected. The pavement recommendations assume that the pavement subgrade will be prepared per this report, the base course (where used) will be properly drained, and Giles will observe and test pavement construction. The pavement design recommendations are based on AASHTO design parameters for a twenty-year design period. Pavement maintenance along with a major rehabilitation after about 8 to 10 years should be expected. Local codes may require specific testing to determine soil support characteristics and/or minimum pavement section thicknesses (i.e., fire lanes) might be required. Site and fire lane pavements should be constructed in accordance with the City of Fort Worth standards. Hot Mix Asphalt Pavement Alternate RECOMMENDED HOT MIX ASPHALT (HMA) PAVEMENT SECTIONS Texas DOT Material Section Thickness (Inches) Standard Specifications Hot Mix Asphalt 1'/2 Surface Course Hot Mix Asphalt 2'/2 Binder Course Aggregate 6 Base Course Scarify, Moisture Condition & Recompact 8 Subgrade GILES ENGINEERING ASSOCIATES, INC. Item 340 Item 340 Item 247, Type A, Grade 1 Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 11 Depending on the site and weather conditions at the time of construction it may be necessary to further stabilize the subgrade lime, cement, or stone. Additional recommendations, if necessary, can be supplied at the time of construction. Portland Cement Concrete pavement is recommended in high -stress areas such as at the drive - through pavement, lot entrance and exit aprons, and at dumpster approach and enclosures. Recommendations for Portland Cement Concrete pavement are presented below. The subgrade soil is very sensitive to moisture and vibrations from construction traffic and will become unstable with excessive moisture. Subgrade preparation difficulties should be expected during construction. Over -excavation, mechanical stabilization, and/or chemical modification of unstable soil will likely be necessary to develop a stable subgrade for pavement support. Additional recommendations, if necessary, can be supplied at the time of construction. Portland Cement Concrete Pavement Alternate As an alternate, pavement could consist of Portland cement concrete (PCC) pavement. The PCC pavement is recommended to be underlain with a minimum 8-inch thick scarified, moisture conditioned, and recompacted subgrade. The sub -grade is recommended to be proof -rolled with a fully -loaded, tandem -axle dump truck or other suitable construction equipment to help locate unstable soil based on sub -grade deflection caused by the wheel loads of the proof -roll equipment. Unstable areas should be scarified, and moisture conditioned or replaced with engineered fill or further stabilized with lime, cement, or stone. The concrete should have a minimum 28-day compressive strength of 4,000 psi with 4 to 7 percent air entrainment. The pavement should be reinforced with No. 4 steel reinforcement bars at 18 inches on -center each -way, which should be at about mid -height within the slab. Based upon the assumed traffic intensity, the concrete pavement should be at least 5 inches thick. In heavy duty areas, such as at the entrance/exit aprons, drive -through pavement, and in areas where trucks will turn or will be parked, the pavement is recommended to be at least 6 inches thick. Seven (7) inches of reinforced PCC pavement is recommended for high stress areas, such as at the dumpster pad and approach. If pavement sections greater than six inches are utilized, then No. 4 steel reinforcing bars, spaced at 14 inches on center each way, should be utilized. Tie bars should be at all construction joints parallel to traffic and consist of grade 40, No. 4 reinforcing bars 24 inches in length and 48 inches on -center. Three-quarter (1/4) inch diameter lubricated smooth dowel bars should be at all control joints perpendicular to traffic. The dowel bars should be 18 inches long and 12 inches on -center. Control joint spacing should be determined in accordance with the current ACI code. ACI 330R- 08 (Guide for Design and Construction of Concrete Parking Lots) recommends a maximum contraction joint spacing of 15 feet for a pavement thickness 6 inches or greater and a maximum spacing of 12.5 feet for a pavement thickness of 5 inches. Contraction joint panels should divide pavements into approximate square panels. The length of a panel should not be more than 25% greater than the width. Expansion joints should be provided where pavement abuts fixed objects, such as the buildings and light poles. Materials and construction procedures for the PCC GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 12 pavement should be in accordance with Texas DOT Standard Specifications Item 360 for concrete pavement. The subgrade soil is very sensitive to moisture and vibrations from construction traffic and will become unstable with excessive moisture. Subgrade preparation difficulties should be expected during construction. Over -excavation, mechanical stabilization, and/or chemical modification of unstable soil will likely be necessary to develop a stable subgrade for pavement support. Additional recommendations, if necessary, can be supplied at the time of construction. 8.7. Generalized Site Preparation Recommendations The means and methods of site preparation will greatly depend on the weather conditions before and during construction, the subsurface conditions that are exposed during earthwork operations, and the finalized details of the proposed development. Therefore, only generalized site preparation recommendations are given. In addition to being generalized, the following site preparation recommendations are abbreviated; the Guide Specifications in Appendix D gives additional recommendations. The Guide Specifications should be read along with this section. Also, the Guide Specifications are recommended to be used as an aid to develop the project specifications. Clearing, Grubbing and Stripping The site is vacant, undeveloped and the surface was covered with tall brush, grass, and bare soil. Any surface vegetation, topsoil with adverse organic content including tree roots and root balls if present, and otherwise unsuitable bearing materials are recommended to be removed from the proposed building footprint, pavement areas, other structural areas, and areas to receive any fill to raise site grades. Clearing, grubbing, and stripping should extend at least several feet beyond proposed development areas, where feasible. All excavations must be backfilled with engineered fill performed under engineering -controlled conditions, and fill should be properly benched into surrounding soils. Refer to the Guide Specifications enclosed within Appendix D for additional recommendations regarding fill selection, placement, and compaction, including deep fill. Proof-Rollinq and Fill Placement After the recommended clearing, grubbing, and stripping operations, and once the site is cut as needed, the sub -grade is recommended to be proof -rolled with a fully -loaded, tandem -axle dump truck or other suitable construction equipment to help locate unstable soil based on sub -grade deflection caused by the wheel loads of the proof -roll equipment. The entire site is recommended to be proof -rolled and, where feasible, proof -rolling should extend at least several feet beyond development areas. It is recommended that Giles observe proof -roll operations and evaluate the sub -grade stability based on those observations. Soil that yields excessively or ruts during proof -rolling, or shows other signs of instability, is recommended to be replaced with engineered fill. As an option to replacement, unsuitable soil could be scarified to a sufficient depth (likely 6 to 12 inches, or more), moisture -conditioned (uniformly moistened or dried), and compacted to the required in -place density. Unsuitable soil could also be modified with Portland cement, or mechanically stabilized with coarse aggregate GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 13 and/or geosynthetics (geogrids, geotextiles, etc.). Soil improvement recommendations can be provided by Giles based on the conditions during construction. The site is recommended to be raised, where necessary, to the planned finished grade with onsite or import soils consisting of low expensive (LL <_ 30 and 4 <_ PI <_ 15), low permeability, cohesive engineered fill immediately after the sub -grade is confirmed to be stable and suitable to support the proposed site improvements. Engineered fill is recommended to be placed in uniform, relatively thin layers (lifts). And each layer of engineered fill is recommended to be compacted to at least 95 percent of the fill material's maximum dry density determined from the geotechnical test titled: Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (ASTM D698). That test is hereafter referenced as: The Standard Proctor Compaction test. As an exception, the in -place dry density of engineered fill for the top one foot of the pavement sub - grade is recommended to be compacted to at least 100 percent of the fill's maximum dry density. Item Nos. 4 and 5 of the Guide Specifications give more specific information pertaining to selection and compaction of engineered fill. The water content of fill material is recommended to be uniform and within a narrow range of the optimum moisture content, as described in Item No. 5 of the Guide Specifications. The optimum moisture content is to be determined by the Standard Proctor Compaction test. Engineered fill that does not meet the density and water content requirements is recommended to be replaced or scarified to a sufficient depth (likely 6 to 12 inches, or more), moisture - conditioned, and compacted to the required density. A subsequent lift of fill should only be placed after Giles confirms that the previous lift was properly placed and compacted. Sub -grade soil may need to be recompacted immediately before construction since equipment traffic and adverse weather may reduce soil stability. Use of Site Soil as Enaineered Fill Site soil that does not contain adverse organic content, or other deleterious materials, as noted in the Guide Specifications could be used as fill, outside the building pad area, provided these soils are approved by the geotechnical engineer. Site soil may need to be moisture -conditioned prior to use as engineered fill. The soils must be placed and maintained at a moisture content that is within a narrow range of the optimum moisture content as determined by Standard Proctor (ASTM D-698) procedures for proper compaction as noted in the enclosed Guide Specifications The moisture requirements should be given as much importance as the density requirements to reduce the potential for future volume change of the clay soil. Some of the on -site soils may be reused as engineered fill provided these soils have low expansive, low permeability characteristics. Use of chemically modified soil may also be needed in areas to reduce compaction difficulties during adverse weather conditions. The suitability of engineered fill materials is recommended to be evaluated by Giles prior to placement. Additional recommendations regarding fill selection, placement and compaction are given in the Guide Specifications. GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 14 8.8. Generalized Construction Considerations Import Soil Considerations Any import soil brought in to raise site grades or replace unsuitable soil is recommended to have low expansive characteristics. Suitable material for use as engineered fill is recommended to consist of low -expansive material, with a Liquid Limit of 30 or less and a Plasticity Index between 4 and 15. It may be possible to use material with a Liquid Limit greater than 30 and/or a Plasticity Index greater than 15, provided the material is specifically tested and found to have low expansive properties and is approved by Giles. Low expansive material may be compacted at a moisture content that is within —1 to +3 percent of the optimum moisture content determined by ASTM D698 as noted in Item No. 5 of the enclosed Guide Specifications. The suitability of import fill materials should be evaluated by Giles prior to placement. Adverse Weather Site soil is moisture sensitive and will become unstable when exposed to adverse weather such as rain, snow, or freezing temperatures. Therefore, it might be necessary to remove or stabilize the upper 12± inches (or more) of soil due to adverse weather, which commonly occurs during late fall, winter, and early spring. At least some over -excavation and/or stabilization of unstable soil should be expected if construction is during or after adverse weather. Because site preparation is weather dependent, bids for site preparation, and other earthwork activities, should consider the time of year that construction will be conducted. In an effort to protect soil from adverse weather, the site surface is recommended to be smoothly graded and contoured during construction to divert surface water away from construction areas. Also, contoured subgrades are recommended to be rolled with a smooth -drum compactor, before precipitation, to "seal" the surface. Furthermore, construction traffic should be restricted to certain aggregate -covered areas in an effort to reduce construction traffic -related soil disturbance. Foundation, floor slab and pavement construction should begin immediately after suitable support is confirmed. Area Flatwork It should be noted that ground -supported flatwork such as walkways, etc. will be subject to the same magnitude of potential soil -related movements as discussed previously. Thus, where these types of elements abut rigid building foundations or isolated/suspended structures, differential movements should be anticipated. As a minimum, we recommend that flexible joints be provided where such elements abut the main structure to allow for differential movement at these locations. Where the potential for differential movement is objectionable, it may be beneficial to consider methods of reducing anticipated movements. Existing Utilities All existing utilities should be identified and located, and any planned to be maintained should be relocated outside the proposed development area. Utilities that are not reused should be capped off and removed in accordance with local codes and ordinances. Excavations for the removal of utilities are recommended to be backfilled with engineered fill placed under engineering -controlled conditions. Grading operations must be done carefully so that existing utilities are not damaged GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 15 or disturbed. Utility invert elevations, depths and sizes should be checked relative to the planned foundation elevations to identify specific concerns. New Utilities/Landscaping Final grading, plumbing design, and positioning of landscaped areas is important so that surface and sprinkler water, and building roof drainage, does not collect around the structure. Any plumbing leaks that develop must be corrected immediately. We recommend paving/sidewalks be placed adjacent the structure perimeter to reduce seasonal drying of the soils near the perimeter of the structure. Irrigation of lawn and landscaped areas should be moderate, with no excessive wetting or drying of soils around the perimeter of the structure allowed. Positive drainage away from the structure should also be provided. Trees and bushes/shrubs planted near the perimeter of the structure can withdraw large amounts of water from the soils and should be planted at least their anticipated mature height away from the building. Flexible couplings are recommended to be used for utilities where they connect with the proposed structure to accommodate the possible movements of the structure. Dewaterincl Free water was not observed during drilling; however, perched water may be present at the site, and it is possible groundwater could be several feet higher during the wet months of the year. Some dewatering might be needed during construction due to precipitation or if a shallow perched water level is encountered. Water that accumulates in construction areas is recommended to be removed from excavations and other construction areas, along with unstable soil as soon as possible. Filtered sump pumps, drawing water from sump pits excavated in the bottom of construction trenches, will likely be adequate to remove water that collects in shallow excavations. Excavated sump pits should be fully -lined with a geotextile and filled with open -graded, free - draining aggregate. Excavation Stabilitv Granular soils were encountered in some of the borings (in B8 through B12) and could be present in other unexplored areas of the site; therefore, soil cave-in may be an issue during site excavations. Care should be taken during excavation operations to install the appropriate excavation protection. Excavations are recommended to be made in accordance with current OSHA excavation and trench safety standards, and other applicable requirements. Sides of excavations might need to be sloped or braced to maintain or develop a safe work environment. Temporary shoring must be designed according to applicable regulatory requirements. Contractors are responsible for excavation safety. 8.9. Recommended Construction Materials Testinq Services This report was prepared assuming that Giles will perform Construction Materials Testing ("CMT) services during construction of the proposed development. In general, CMT services are recommended (and expected) to at least include observation and testing of foundation, floor slab and pavement support soil; concrete; asphalt, and other construction materials. It might be necessary for Giles to provide supplemental geotechnical engineering recommendations based on the results of CMT services and specific details of the project not known at this time. GILES ENGINEERING ASSOCIATES, INC. Geotechnical Engineering Exploration and Analysis Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU Eastchase Parkway Fort Worth, Texas Project No. 4G-2407006 Page 16 9.0 BASIS OF REPORT This report is strictly based on the project description given earlier in this report. Giles must be notified if any parts of the project description or our assumptions are not accurate so that this report can be amended, if needed. This report is based on the assumption that the facility will be designed and constructed according to the codes that govern construction at the site. The conclusions and recommendations in this report are based on the encountered and inferred subsurface conditions as shown on the Test Boring Logs. Giles must be notified if the subsurface conditions that are encountered during construction of the proposed development differ from those shown on the Test Boring Logs because this report will likely need to be revised. General comments and limitations of this report are given in the appendix. GILES ENGINEERING ASSOCIATES, INC. APPENDIX A FIGURES AND TEST BORING LOGS The Test Boring Location Plan contained herein was prepared based upon information supplied by Giles' client, or others, along with Giles' field measurements and observations. The diagram is presented for conceptual purposes only and is intended to assist the reader in report interpretation. The Test Boring Logs and related information enclosed herein depict the subsurface (soil and water) conditions encountered at the specific boring locations on the date that the exploration was performed. Subsurface conditions may differ between boring locations and within areas of the site that were not explored with test borings. The subsurface conditions may also change at the boring locations over the passage of time. BLOCK CKM"GE r 4 h + I RL4�T �µp, D2t6f±1p6B9 fl ` � r � ❑.P.R.T.G.7. f 11 I ) r + LOT T I l hl LOT 6 LOT i 1,0T I L LOT 2 DT 3 r h l LOT 5[ 5' LMIDScAPE SET6ACIC —__ cK --mciIIIII,- a —,,L 10532 5� 531 � 11 ���•- - 531=`_`�•gV_ -� h 1 1 y�h I WN. 6' TALL r PROP. ! PROP CREINLET ' f LOT 8 F SENING h i O 1 INLET j WALL I _ • WINE, + ! 1 + -------------- I PROP. �! INLET—��«�— ,O—' ——-------- — f ——]� - - �� •' n,S` s 1 - PROP. f INLET I° 53V - I INLET fi '►fa FFL = 530.50 533 --- 1 i �29 l91 i� w PROP. NNI INLET ;j - r f f l- - 331 PROP. f 3t, 9 r 1 O ` �.._.._, INLET- 1 3 r + g`L PROP. 4. ! r~r 1S-530 3 -' L3^ INLET BM A yy (11 i h � l r _-----_-.---_-_��� . EASTCHASE PARK -WA Y (VARIABLE-"DTH RIGHT-OF-WAY) �� L { VOL 725' 1, P& 1759 ED D.R.T.C.T- A�� NOTES: 1.) TEST BORING LOCATIONS ARE APPROXIMATE. 2.) BASE MAP DEVELOPED FROM THE "GRADING PCR", DATED 8-29-2024, PREPARED BY WIER & ASSOCIATES, INC. LEGEND: 'In 0 20' 40' APPROXIMATE SCALE GEOTECHNICAL TEST BORING ILES SSOCIATES, INC. 2626 LOMBARDY DY LANE, SUITE SUITE 105 DALLAS, TX 75220 (214)358-5885 www.gilesengr.com FIGURE 1 TEST BORING LOCATION PLAN PROPOSED CHICK-FIL-A RESTAURANT NO. 05947 1-30 AND EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PKWY. AND EDERVILLE RD. FORT WORTH, TEXAS DESIGNED I DRAWN I SCALE DATE I REVISED RCK approx.1"=40' 09-05-24 PROJECT NO.: 4G-2407006 CAD No. 4g2407006-b1p2 (TILES ENGINEERING ASSOCIATES INC. � D4318 � .�.AS HCJ I SOIL CLASSIFICATION - PLASTICITY INDEX (PI) CHART a a 60 50 40 30 20 10 0 0 Boring 131 B2 B4 B5 B6 B7 B11 B12 B12 / / CH or OH / v 0 / 2 2- 5ft MH or H B2, 6 4 - K-6fft B5 4 /CL r OL B - CL - M ML or OL • B 2 2-3 5ft 10 20 30 Depth Liquid Limit 9.5-11 25 2-3.5 37 4-6 31 4.5-6 30 0-1.5 25 0-1.5 34 2-4 20 2-3.5 14 6-8 32 40 50 60 70 80 90 100 110 Liquid Limit (LL) Plastic Plasticity Sample Preparation Type: Limit Index Wet Method 15 10 15 22 Liquid Limit Procedure 13 18 Type: 14 16 Method B - Single Point 14 11 15 19 Plastic Limit 13 7 Procedure Type: 12 2 Hand Rolled 14 18 Client: Chick-fil-A, Inc. Atlanta, Georgia Project: Proposed Chick-fil-A Restaurant #5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas Project No.: 4G-2407006 Figure No.: 2 Giles Engineering Associates, Inc. 120.0 100.0 80.0 60.0 40.0 P011l 0191 4;:Z% R18 D1140 AASHI❑ ASTM D1140 - Materials Passing No. 40 & No. 200 Sieve 0.0 ❑ Gravel Percent (%) 99.2 53.5 B12 2-3.5 ft ❑Sand ❑ Passing No. 200 ■ Passing No. 40 Percent (%) Silts & Clay Percent (%) Percent(%) Sample Gravel Sand Boring Depth Weight Percent Percent No. (g) (%) (%) B 12 2-3.5 ft 120.0 0.0 53.5 Sample Date: August 5, 2024 Date Tested: August 8, 2024 Passing No. 200 Silts & Clay Percent (%) 46.5 Passing No. 40 Percent (%) 99.2 Test Method Used: Method B - Cohesive Soaking Time (HRS): 24.0 Client: Chick-fil-A, Inc. Atlanta, Georgia Project: Chick-fil-A Restaurant No. 5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas Project No.: 4G-2407006 I Figure No.: 3 ry W Z Z W U 0_ W n 100 90 80 70 60 50 40 30 20 10 0 Particle Size Distribution Report C C O O O C C C = = M O N M (O O 7 N I I I I I I I I I�I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 tSt1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11 I I I I I I I I I I I I I I r I I i i I I I I I I I I I I I I I I\ --I r -+-' ---- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I r r i T__ I TFT1,`_`,"_ 0.1 GRAIN SIZE - mm. 0.) l 0.001 % 13„ % Gravel % Sand I % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.0 0.6 41.6 33.9 23.9 Test Results (ASTM D422 & D1140) Material Description Opening Percent Spec.* Pass? Gray, Tan Sandy, Silty Clay Size Finer (Percent) (X=Fail) 1 100.0 3/4 100.0 Atterbera Limits (_ASTM D 4318) #4 100.0 PL= 15 LL= 25 PI= 10 #10 100.0 #40 99.4 Classification #200 57.8 USCS (D 2487)= CL AASHTO (M 145)= 0.0321 mm. 35.9 Coefficients 0.0207 mm. 30.8 D90= 0.2406 D85= 0.1942 D60= 0.0807 0.0121 mm. 27.3 D50= 0.0578 D30= 0.0187 D15= 0.0086 mm. 25.6 D10= Cu= Cc= 0.0061 mm. 24.8 0.0050 mm. 23.9 Remarks 0.0043 mm. 23.9 0.0030 mm. 22.6 0.0013 mm. 21.3 Date Received: 08/05/24 Date Tested: 8/12/24 Tested By: R. Joshi Checked By: R. Lomas Title: Professional Engr. (no specification provided) Source of Sample: Test Boring No. 1 Depth: 9.5-11 Date Sampled: 08/05/24 Sample Number: 5-SS Giles Engineering Assoc., Inc. Client: Chick-fil-A, Inc. -Atlanta Georgia Project: Proposed Chick-fil-A Restaurant #5947 I-30 & Eastchase Pkwy FSU - Fort Worth, Texas Dallas, TX Proiect No: 4G-2407006 Fiaure 4 ry W Z Z W U 0_ W 0 100 90 80 70 60 50 40 30 20 10 0 Particle Size Distribution Report C C O O O C C C = = 0 O N M V O O 7 N I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I r I I I I I I I I I I I I T--r- I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I % +3„ % Gravel Coarse Fine �0.3 oarse 0.0 0.0 0.0 Test Results (ASTM D422 & D1140) Opening Percent Spec." Pass? Size Finer (Percent) (X=Fail) 1 100.0 3/4 100.0 #4 100.0 #10 99.7 #40 98.1 #200 70.2 0.0299 mm. 50.9 0.0193 mm. 45.9 0.0114 mm. 40.9 0.0081 mm. 39.2 0.0058 mm. 37.5 0.0047 mm. 36.7 0.0041 mm. 35.9 0.0029 mm. 32.9 0.0012 mm. 30.8 I GRAIN SIZE - mm. %Sand %Fines Medium Fine Silt _ 1.6 27.9 33.3 Material Description Olive, Gray, Tan, Brown Silty Clay with some Sand o Atterberq Limits (_ASTM D 4318) I GRAIN SIZE - mm. %Sand %Fines Medium Fine Silt _ 1.6 27.9 33.3 Material Description Olive, Gray, Tan, Brown Silty Clay with some Sand o Atterberq Limits (_ASTM D 4318) PL= 15 LL= 37 PI= 22 Classification USCS (D 2487)= CL AASHTO (M 145)= Coefficients D90= 0.2067 D85= 0.1531 D60= 0.0482 D50= 0.0280 D30= D15= D10= Cu= Cc= Remarks 0.001 36.9 Date Received: 08/05/24 Date Tested: 8/12/24 Tested By: R. JOSHI Checked By: R. LOMAS Title: Professional Engr. ' (no specification provided) Source of Sample: Test Boring No. 2 Depth: 2-3.5 Date Sampled: 08/05/24 Sample Number: 2-SS Giles Engineering Assoc., Inc. Client: Chick-fil-A, Inc. -Atlanta Georgia Project: Proposed Chick-fil-A Restaurant #5947 I-30 & Eastchase Pkwy FSU -Fort Worth, Texas Dallas, TX Proiect No: 4G-2407006 Fiaure 5 ry w Z Z W U 0_ W 0 100 90 80 70 60 50 40 30 20 10 0 Particle Size Distribution Report C C O O O C C C = = M O N M (O O 7 N I I I I I I I I I�I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 tSt1 r• r r i ___--_1 T__ I TFT,`_`,"_ I I 0.' 0.) I GRAIN SIZE - mm. 0.001 % 13„ % Gravel % Sand I % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.1 0.2 41.1 28.3 30.3 Test Results (ASTM D422 & D1140) Material Description Opening Percent Spec.* Pass? Red, Brown, Tan Sandy -Silty -Clay Size Finer (Percent) (X=Fail) 1 100.0 3/4 100.0 Atterbera Limits (_ASTM D 43181 #4 100.0 PL= 13 LL= 31 PI= 18 #10 99.9 #40 99.7 Classification #200 58.6 USCS (D 2487)= CL AASHTO (M 145)= 0.0316 turn. 37.9 Coefficients 0.0202 mm. 34.5 D90= 0.2366 D85= 0.1910 D60= 0.0787 0.0118 mm. 32.0 D50= 0.0557 D30= 0.0046 D15= 0.0084 mm. 31.2 D10= Cu= Cc= 0.0059 mm. 30.3 0.0048 mm. 30.3 Remarks 0.0042 tutu. 29.5 0.0030 mm. 28.1 0.0013 tutu. 26.9 Date Received: 08/05/24 Date Tested: 8/12/24 Tested By: R. Joshi Checked By: R. Lomas Title: Professional Engr. (no specification provided) Source of Sample: Test Boring No. 4 Depth: 4-6 Date Sampled: 08/05/24 Sample Number: 3-ST Giles Engineering Assoc., Inc. Client: Chick-fil-A, Inc. -Atlanta Georgia Project: Proposed Chick-fil-A Restaurant #5947 I-30 & Eastchase Pkwy FSU - Fort Worth, Texas Dallas, TX Proiect No: 4G-2407006 Fiaure 6 ry W Z Z W U 0_ W n 100 90 80 70 60 50 40' 30 20 10 0 C C [ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 tSt1 Particle Si C C C � I I i I I I I I i I I I I I i I I I I I i I I I I I I I I I I I i I I I I I i I I I I I i I I I I I i I I I I I i I I I I I i I I I I I i I I I I I i I I I I I i I I I I I i I I I I I i I I I I I I I I I I I i I I I I I i I I I I I i I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i i i i I i I I i I I I I I i I I I -7-7 I I I I Ir I I I I I I I I I I I l I ze Distribution Report O O O 7 O I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i i I i I I I I I i I I I I I i I I I I I i r \I I i i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I r r it it % Gravel % +3„ Coarse Fine oarse �0. 0.0 0.0 0.0 1 Test Results (ASTM D422 & D1140) Opening Percent Spec." Pass? Size Finer (Percent) (X=Fail) 1 100.0 3/4 100.0 #4 100.0 #10 99.9 #40 99.5 #200 74.0 0.0294 mm. 54.6 0.0190 mm. 49.5 0.0112 mm. 44.5 0.0081 nun. 41.1 0.0058 mm. 37.8 0.0048 mm. 36.1 0.0041 mm. 35.2 0.0029 mm. 31.4 0.0013 mm. 25.1 0.' GRAIN SIZE - mm. % Sand % Fines Medium Fine Silt 0.4 25.5 37.6 Material Description Gray, Brown, Orange Sandy -Silty -Clay Atterbera Limits (_ASTM D 4318) PL= 14 LL= 30 PI= 16 Classification USCS (D 2487)= CL AASHTO (M 145)= Coefficients D90= 0.1753 D85= 0.1298 D60= 0.0399 D50= 0.0200 D30= 0.0026 D15= D10= Cu= Cc= Remarks 0.001 36.4 Date Received: 08/05/24 Date Tested: 08/12/24 Tested By: R. Joshi Checked By: R. Lomas Title: Professional Engr. (no specification provided) Source of Sample: Test Boring No. 5 Depth: 4.5-6 Date Sampled: 08/05/24 Sample Number: 3-SS Giles Engineering Assoc., Inc. Client: Chick-fil-A, Inc. -Atlanta Georgia Project: Proposed Chick-fil-A Restaurant #5947 I-30 & Eastchase Pkwy FSU - Fort Worth, Texas Dallas, TX Proiect No: 4G-2407006 Fiaure 7 IY W Z Z W U 0_ W n 100 90 80 70 60 50 40 30 20 10 0 Particle Size Distribution Report C C O O O C C C = = 0 O N M V O O 7 N I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 tSt1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I r r T -_ _- - I I I I I I I I I I I I I I I I I I I I I r-- [7 I 0.1 GRAIN SIZE - mm. 0.)1 0.001 % 13„ % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.1 0.4 49.4 28.9 21.2 Test Results (ASTM D422 & D1140) Material Description Opening Percent Spec.* Pass? Brown, Tan Sandy -Silty -Clay Size Finer (Percent) (X=Fail) 1 100.0 3/4 100.0 Atterbera Limits (_ASTM D 4318) #4 100.0 PL= 13 LL= 20 PI= 7 #10 99.9 #40 99.5 Classification #200 50.1 USCS (D 2487)= CL-ML AASHTO (M 145)= 0.0323 mm. 32.3 Coefficients 0.0208 mm. 27.2 D90= 0.2704 D85= 0.2262 D60= 0.1040 0.0121 mm. 24.6 D50= 0.0747 D30= 0.0274 D15= 0.0086 nun. 22.9 D10= Cu= Cc= 0.0061 mm. 22.1 0.0050 mm. 21.2 Remarks 0.0044 mm. 20.4 0.0031 mm. 18.2 0.0013 mm. 16.0 Date Received: 08/05/24 Date Tested: 08/12/24 Tested By: R. Joshi Checked By: R. Lomas Title: Professional Engr. (no specification provided) Source of Sample: Test Boring No. 11 Depth: 2-4 Date Sampled: 08/05/24 Sample Number: 2-ST Giles Engineering Assoc., Inc. Client: Chick-fil-A, Inc. -Atlanta Georgia Project: Proposed Chick-fil-A Restaurant #5947 I-30 & Eastchase Pkwy FSU - Fort Worth, Texas Dallas, TX Proiect No: 4G-2407006 Fiaure 8 G ILES ENGINEERING ASSOCIATES, INC. 3.5 3.0 2.5 2.0 -- 1.5 0 1.0 0.5 Cn 0.0 -0.5 -1.0 0.01 SWELL PRESSURE TEST ASTM (D4546) I Free S, 3x Swell Pres: A R18 AASHIC3 Nell = 3.239/6 ;u re = 1.15 tsf I 0.10 1.00 Vertical Load (TSF) INITIAL MATERIAL PROPERTIES: WET DENSITY (pcf): 123.1 DRY DENSITY (pfc): 104.8 NATURAL MOISTURE (%): 17.5 INITIAL SATURATION (%): 49.18 LIQUID LIMIT (LL): 37 PLASTICITY INDEX (PI): 22 SOIL CLASSIFICATION: CL FINAL MATERIAL PROPERTIES: WET DENSITY (pcf): 126.3 DRY DENSITY (pfc): 104.8 FINAL MOISTURE (%): 20.5 FINAL SATURATION (%): 57.74 TEST METHOD(S): B - Intact Sample, Water Induced Swell C - Load induced Compression MATERIAL DESCRIPTION: Olive, Gray, Tan, Brown Sandy Clay TEST SAMPLE DIMENSIONS: DIAMETER (in.): INITIAL HEIGHT (in.): HEIGHT AFTER SWELL (in.): FINAL HEIGHT (in.): TEST SAMPLE PROPERTIES: SWELL PERCENTAGE (%) SURCHARGE LOAD: SWELL PRESSURE (tsf): SWELL PRESSURE (psf): SAMPLE LOCATION: TEST BORING NO.: B2 DEPTH (FT.): 2-3.5 Client: Chick-fil-A, Inc. 10.00 1.43 0.745 0.769 0.739 3.23 0.01 1.15 2300 Atlanta, Georgia Project: Chick-fil-A Restaurant No.5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas Project No.: 4G-2407006 I Figure No.: 9A G ILES ENGINEERING ASSOCIATES, INC. 5.0 SWELL PRESSURE TEST ASTM (D4546) 4.5 �__ I Free Swell = 4.13% 4.0 3.5 0 3.0 2.5 2.0 Cn 1.5 1.0 0.5 0.0 4 0.01 INITIAL MATERIAL PROPERTIES: WET DENSITY (pcf): 0.0 DRY DENSITY (pfc): 0.0 NATURAL MOISTURE (%): 0.0 INITIAL SATURATION (%): 0.00 LIQUID LIMIT (LL): 37 PLASTICITY INDEX (PI): 22 SOIL CLASSIFICATION: CL FINAL MATERIAL PROPERTIES: WET DENSITY (pcf): 0.0 DRY DENSITY (pfc): 0.0 FINAL MOISTURE (%): 0.0 FINAL SATURATION (%): 0.00 TEST METHOD(S): B - Intact Sample, Water Induced Swell C - Load induced Compression Vertical Load (TSF) A R18 AASH10 MATERIAL DESCRIPTION: Olive, Gray, Tan, Brown Sandy Clay TEST SAMPLE DIMENSIONS: DIAMETER (in.): INITIAL HEIGHT (in.): HEIGHT AFTER SWELL (in.): FINAL HEIGHT (in.): TEST SAMPLE PROPERTIES: SWELL PERCENTAGE (%) SURCHARGE LOAD: SWELL PRESSURE (tsf): SWELL PRESSURE (psf): 1 0.10 1.43 0.745 0.714 0.972 SAMPLE LOCATION: TEST BORING NO.: B2 (Re -Run) DEPTH (FT.): 2-3.5 Client: Chick-fil-A, Inc. 4.13 0.01 0 0 Atlanta, Georgia Pre-; Chick-fil-A Restaurant No.5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas 4G-2407006 I Figure No.: 913 G ILES ENGINEERING ASSOCIATES, INC. 2.0 _ 1.8 = 1.6 1.4 = -- 1.2 = o = 1.0 = 0.8 = cn = 0.6 = 0.4 = 0.2 = 0.0 0.10 SWELL PRESSURE TEST ASTM (D4546) INITIAL MATERIAL PROPERTIES: WET DENSITY (pcf): 0.0 DRY DENSITY (pfc): 0.0 NATURAL MOISTURE (%): 0.0 INITIAL SATURATION (%): 0.00 FINAL MATERIAL PROPERTIES: WET DENSITY (pcf): 0.0 DRY DENSITY (pfc): 0.0 FINAL MOISTURE (%): 0.0 FINAL SATURATION (%): 0.00 TEST METHOD(S): B - Intact Sample, Water Induced Swell C - Load induced Compression Free Swell = 1.73% Vertical Load (TSF) A R18 AASH10 MATERIAL DESCRIPTION: Tan, Orange, Brown Silty Clay with little Sand TEST SAMPLE DIMENSIONS: DIAMETER (in.): 1.43 INITIAL HEIGHT (in.): 0.745 HEIGHT AFTER SWELL (in.): 0.732 FINAL HEIGHT (in.): 0.962 TEST SAMPLE PROPERTIES: SWELL PERCENTAGE (%) 1.73 SURCHARGE LOAD: 0.2 SWELL PRESSURE (tsf): 0 SWELL PRESSURE (psf): 0 SAMPLE LOCATION: TEST BORING NO.: B2 DEPTH (FT.): 4.5-6 Client: Chick-fil-A, Inc. Atlanta, Georgia Pre-; Chick-fil-A Restaurant No.5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas 4G-2407006 I Figure No.: 10 GILES ENGINEERING ASSOCIATES, INC. W. 0.7 M 0.5 0 0.4 a� 0.3 Cn 1111111111111[111 K 0.1 M 0.01 SWELL PRESSURE TEST ASTM (D4546) INITIAL MATERIAL PROPERTIES: WET DENSITY (pcf): 122.4 DRY DENSITY (pcf): 122.4 NATURAL MOISTURE (%): 0.0 INITIAL SATURATION (%): 0.00 FINAL MATERIAL PROPERTIES: WET DENSITY (pcf): 0.0 DRY DENSITY (pcf): 0.0 FINAL MOISTURE (%): 0.0 FINAL SATURATION (%): 0.00 TEST METHOD(S): B - Intact Sample, Water Induced Swell C - Load induced Compression R18 AASHI❑ 0.10 1.00 Vertical Load (TSF) MATERIAL DESCRIPTION: Red, Brown Sandy, Silty Clay TEST SAMPLE DIMENSIONS: DIAMETER (in.): 2.41 INITIAL HEIGHT (in.): 1.000 HEIGHT AFTER SWELL (in.): 1.007 FINAL HEIGHT (in.): 0.822 TEST SAMPLE PROPERTIES: SWELL PERCENTAGE (%) 0.71 SURCHARGE LOAD (tsf): 0.0448 SWELL PRESSURE (tsf): 0 SWELL PRESSURE (psf): 0 SAMPLE LOCATION: TEST BORING NO.: B4 DEPTH (FT.): 2-4 Client: Chick-fil-A, Inc. Atlanta, Georgia Project: Chick-fil-A Restaurant No.5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas Project No.: 4G-2407006 I Figure No.: 11 G ILES ENGINEERING ASSOCIATES, INC. 1.0 0.6 0 0.4 Z 3 0.2 M -0.2 ' 0.10 SWELL PRESSURE TEST ASTM (D4546) INITIAL MATERIAL PROPERTIES: WET DENSITY (pcf): 134.1 DRY DENSITY (pcf): 118.5 NATURAL MOISTURE (%): 13.2 INITIAL SATURATION (%): 38.94 LIQUID LIMIT (LL): 31 PLASTICITY INDEX (PI): 18 SOIL CLASSIFICATION: CL FINAL MATERIAL PROPERTIES: WET DENSITY (pcf): 138.1 DRY DENSITY (pcf): 118.5 FINAL MOISTURE (%): 16.6 FINAL SATURATION (%): 51.07 TEST METHOD(S): B - Intact Sample, Water Induced Swell C - Load induced Compression A R18 AASHIC3 I Free Swell = 0.82% 1 I Max Swell Pressure = 0.88 tsf I 1.00 Vertical Load (TSF) MATERIAL DESCRIPTION: Red, Brown, Tan Sandy, Silty Clay TEST SAMPLE DIMENSIONS: DIAMETER (in.): 2.41 INITIAL HEIGHT (in.): 1.000 HEIGHT AFTER SWELL (in.): 1.008 FINAL HEIGHT (in.): 0.999 TEST SAMPLE PROPERTIES: SWELL PERCENTAGE (%) 0.82 SURCHARGE LOAD (tsf): 0.30304 SWELL PRESSURE (tsf): 0.88 SWELL PRESSURE (psf): 1760 SAMPLE LOCATION: TEST BORING NO.: B4 DEPTH (FT.): 4-6 Client: Chick-fil-A, Inc. Atlanta, Georgia Project: Chick-fil-A Restaurant No.5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas Project No.: 4G-2407006 I Figure No.: 12 G ILES ENGINEERING ASSOCIATES, INC. 0.2 0.1 0 0.0 as 3 -0.1 -0.2 0.01 SWELL PRESSURE TEST ASTM (D4546) INITIAL MATERIAL PROPERTIES: WET DENSITY (pcf): 129.6 DRY DENSITY (pcf): 115.2 NATURAL MOISTURE (%): 12.4 INITIAL SATURATION (%): 36.91 LIQUID LIMIT (LL): 20 PLASTICITY INDEX (PI): 7 SOIL CLASSIFICATION: CL-ML FINAL MATERIAL PROPERTIES: WET DENSITY (pcf): 130.8 DRY DENSITY (pcf): 115.2 FINAL MOISTURE (%): 13.5 FINAL SATURATION (%): 41.82 TEST METHOD(S): B - Intact Sample, Water Induced Swell C - Load induced Compression A R18 AASHIC3 Consolidation=-0.11% 0.10 1.00 Vertical Load (TSF) MATERIAL DESCRIPTION: Brown, Tan Silty, Sandy Clay TEST SAMPLE DIMENSIONS: DIAMETER (in.): 2.41 INITIAL HEIGHT (in.): 1.000 HEIGHT AFTER SWELL (in.): 0.999 FINAL HEIGHT (in.): 0.999 TEST SAMPLE PROPERTIES: CONSOLIDATION (%): -0.11 SURCHARGE LOAD (tsf): 0.0866 SAMPLE LOCATION: TEST BORING NO.: B11 DEPTH (FT.): 2-4 Client: Chick-fil-A, Inc. Atlanta, Georgia Project: Chick-fil-A Restaurant No.5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas Project No.: 4G-2407006 I Figure No.: 13 G ILES ENGINEERING ASSOCIATES INC. A R18 AASH10 SWELL PRESSURE TEST 2.0 ASTM (D4546) _ Free Swell = 1.61% 1.5 1.0 0.5 0.0 -0.5 Max Swell Pressure = 1.4 tsf -1.0 0.10 1.00 10.00 Vertical Load (TSF) INITIAL MATERIAL PROPERTIES: WET DENSITY (pcf): 133.3 DRY DENSITY (pcf): 116.9 NATURAL MOISTURE (%): 14.0 INITIAL SATURATION (%): 41.65 LIQUID LIMIT (LL): 14 PLASTICITY INDEX (PI): 2 SOIL CLASSIFICATION: SM FINAL MATERIAL PROPERTIES: WET DENSITY (pcf): 137.1 DRY DENSITY (pcf): 116.9 FINAL MOISTURE (%): 17.3 FINAL SATURATION (%): 53.41 TEST METHOD(S): B - Intact Sample, Water Induced Swell C - Load induced Compression MATERIAL DESCRIPTION: Brown, Red Silty, Sand TEST SAMPLE DIMENSIONS: DIAMETER (in.): 2.41 INITIAL HEIGHT (in.): 1.000 HEIGHT AFTER SWELL (in.): 1.016 FINAL HEIGHT (in.): 0.992 TEST SAMPLE PROPERTIES: SWELL PERCENTAGE (%) 1.61 SURCHARGE LOAD (tsf): 0.30099 SWELL PRESSURE (tsf): 1.4 SWELL PRESSURE (psf): 2800 SAMPLE LOCATION: TEST BORING NO.: B12 DEPTH (FT.): 4-6 Client: Chick-fil-A, Inc. Atlanta, Georgia Pre-; Chick-fil-A Restaurant No.5947 1-30 & Eastchase Pkwy FSU - Fort Worth, Texas 4G-2407006 I Figure No.: 14 10 8 6 W 4 2 0 G ILES ENGINEERING ASSOCIATES, INC. UNCONFINED COMPRESSIVE STRENGTH 0 1 2 3 4 5 STRAIN (%) MATERIAL PROPERTIES: NATURAL (WET) DENSITY (pcf): 132.6 IN -PLACE DRY DENSITY (pcf): 117.6 NATURAL MOISTURE (%): 12.8 LIQUID LIMIT (LL): 31 PLASTICITY INDEX (PI): 18 UNIFIED SOIL CLASSIFICATION: CL TEST SAMPLE PROPERTIES: DIAMETER (in.): 2.764 HEIGHT (in.): 5.610 HEIGHT / DIAMETER RATIO: 2.03:1 SAMPLE TYPE: INTACT PROJECT: Chick-fil-A Restaurant No. 5947 130 & Eastchase Pkwy FSU - Fort Worth, Texas PROJECT NO.: 4G-2407006 6 7 8 AASHIO FAILURE PHOTOS MATERIAL DESCRIPTION: Brown, Tan, Orange Silty, Sandy Clay SAMPLE LOCATION: TEST BORING NO.: B4 SAMPLE DEPTH (FT.): 4-6 UNCONFINED PROPERTIES: COMPRESSIVE STRENGTH (tsf): 9.03 SHEAR STRENGTH: 4.51 RATE OF STRAIN (% per Min.): 0.75 STRAIN AT FAILURE (%.): 5.99 FAILURE TYPE: DIAGONAL SHEAR CLIENT: Chick-fil-A, Inc. Atlanta, Georgia R18 D2166 Figure No.: 15 k 2.5 2 0 G ILES ENGINEERING ASSOCIATES, INC. UNCONFINED COMPRESSIVE STRENGTH I 0 1 2 3 4 5 6 7 8 9 10 STRAIN (%) MATERIAL PROPERTIES: NATURAL (WET) DENSITY (pcf): 1276.6 IN -PLACE DRY DENSITY (pcf): 1094.0 NATURAL MOISTURE (%): 16.7 LIQUID LIMIT (LL): 20 PLASTICITY INDEX (PI): 7 UNIFIED SOIL CLASSIFICATION: CL-ML TEST SAMPLE PROPERTIES: DIAMETER (in.): 2.778 HEIGHT (in.): 5.600 HEIGHT / DIAMETER RATIO: 2.02:1 SAMPLE TYPE: INTACT PROJECT: Chick-fil-A Restaurant No. 5947 130 & Eastchase Pkwy FSU - Fort Worth, Texas PROJECT NO.: 4G-2407006 MATERIAL DESCRIPTION: Brown, Tan Silty, Sandy Clay AASH IO FAILURE PHOTOS SAMPLE LOCATION: TEST BORING NO.: B11 SAMPLE DEPTH (FT.): 2-4 UNCONFINED PROPERTIES: COMPRESSIVE STRENGTH (tsf): SHEAR STRENGTH: RATE OF STRAIN (% per Min.): STRAIN AT FAILURE FAILURE TYPE: CLIENT: Chick-fil-A, Inc. Atlanta, Georgia 2.69 1.34 0.91 9.00 BULGING R18 D2166 Figure No.: 16 3.5 3- 2.5 2 W 1.5 H 1 0.5 0 G ILES ENGINEERING ASSOCIATES, INC. UNCONFINED COMPRESSIVE STRENGTH 0 1 2 3 4 5 6 7 8 9 STRAIN (%) MATERIAL PROPERTIES: NATURAL (WET) DENSITY (pcf): 127.0 IN -PLACE DRY DENSITY (pcf): 108.6 NATURAL MOISTURE (%): 16.9 LIQUID LIMIT (LL): 32 PLASTICITY INDEX (PI): 18 UNIFIED SOIL CLASSIFICATION: CL TEST SAMPLE PROPERTIES: DIAMETER (in.): 2.703 HEIGHT (in.): 5.599 HEIGHT / DIAMETER RATIO: 2.07:1 SAMPLE TYPE: INTACT PROJECT: Chick-fil-A Restaurant No. 5947 130 & Eastchase Pkwy FSU - Fort Worth, Texas PROJECT NO.: 4G-2407006 I I I 10 11 12 .4�5 tl❑ FAILURE PHOTOS MATERIAL DESCRIPTION: Brown, Tan, Orange Silty, Sandy Clay SAMPLE LOCATION: TEST BORING NO.: B12 SAMPLE DEPTH (FT.): 6-8 UNCONFINED PROPERTIES: COMPRESSIVE STRENGTH (tsf): 3.25 SHEAR STRENGTH: 1.63 RATE OF STRAIN (% per Min.): 0.82 STRAIN AT FAILURE (%.): 9.00 FAILURE TYPE: DIAGONAL SHEAR CLIENT: Chick-fil-A, Inc. Atlanta, Georgia R18 D2166 Figure No.: 17 BORING NO. & LOCATION: B1 SURFACE ELEVATION: 532± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 GILES ENGINEERING ASSOCIATES, INC. MATERIAL DESCRIPTION t c d a "~ N 4" 4P Q� W PID NOTES a > E°� (tsf) (tsf) (tsf) (%) c w rn z - Red, Brown Silty, Sandy Clay, Stiff to Hard -Moist, with trace Roots and Iron Oxide j — 1-SS 13 4.5+ 12 BDL _ Nodules j —530 2-SS 18 4.5+ 15 BDL - j j5 — - 3-SS 19 4.5+ 12 BDL Tan, Brown Silty, Sandy Clay, Very Stiff to - 525 - Hard -Moist, with little Iron Oxide Nodules — 4-SS 11 3.75 4.5+ 13 BDL Gray, Tan Sandy, Silty Clay, Very Stiff to —Hard-Moist j 10— 5-SS 16 2.62 4.5 15 BDL LL=25, PI=10 — P200=57.8% - j — 520 j - - — 6-SS 15 4.58 4.5 20 BDL 16 Boring Terminated at about 15 feet (EL. 517') a N M - m F - �i — w J_ 'a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B2 SURFACE ELEVATION: 532± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO MATERIAL DESCRIPTION TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 0) o a)F M a Ca N E m m o c w rn z GILES ENGINEERING ASSOCIATES, INC. Q Q Qs W (%� (tsf) (tsf) (tsf) PID NOTES Brown, Tan Silty Clay, with some Sand, j - Stiff -Slightly Moist / — 1-ST 1.0 10 BDL fff — 530 Olive, Gray, Tan, Brown Sandy Clay, Stiff to j 2-SS 7 5.04 4.0 15 BDL LL=37, P1=22 - Hard -Moist — P200=70.2% — Swell: Fig. 9A Tan, Orange, Brown Silty Clay, with little & 9B —Sand, Stiff to Hard -Moist, with some Iron j 5— 3-SS 12 4.33 4.5 17 BDL Swell: Fig. 10 Oxide Nodules j - j —525 4-ST 4.5 16 BDL - - j — / 5-ST 4.5+ 17 BDL j 10— - j — — 520 Brown, Gray, Orange Silty Clay, with trace - Sand, Hard -Moist, with some Iron Oxide j = stains 6-ST 4.5+ 14 BDL j 16 Boring Terminated at about 15 feet (EL. 517') a N M m F - �i — w J_ 'a c� ri - d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o ST=Shelby Tube / SS=Split Spoon W Water Level At End of Drilling: None LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B3 SURFACE ELEVATION: 532± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO MATERIAL DESCRIPTION TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS Red, Brown Silty, Sandy Clay with little - Gravel, Stiff to Hard -Moist. with trace Roots Red, Brown Sandy Clay, Very Stiff to - Hard -Moist, with little Iron Nodules Red, Tan, Brown Silty, Sandy Clay, Stiff to = Hard, with little Iron Nodules PROJECT NO: 4G-2407006 0) o a) M a Ca N m 0) o c w rn z j1-SS 7 ME, 1 — 530 j — 5 — — 525 j — 10 — j — 520 j 2-SS 17 3-SS 20 GILES ENGINEERING ASSOCIATES, INC. Qu Qp Qs W PID NOTES (tsq (tsq (tsq (%) 4.5 16 BDL 4.5+ 14 BDL 4.5+ 14 BDL 4-SS 11 4.27 4.5 5-SS 23 4.5 14 BDL 13 BDL Tan, Brown Sandy Clay, Stiff to Hard -Moist, j =with trace Iron Oxide Nodules j — 15— 6-SS 7 2.88 4.0 17 BDL - / —515 N / - M Brown, Red, Tan Silty Sand, Loose -Moist, - with some Iron Oxide Nodules — 7-SS 10 13 BDL W co Boring Terminated at about 20 feet (EL. 512') a c� - ri d O - c� _ X F 2 H — K O r K 0 v rn u> - U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength W Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B4 SURFACE ELEVATION: 533± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 GILES ENGINEERING ASSOCIATES, INC. MATERIAL DESCRIPTION t c d a "~ N 4" 4P Q� W PID NOTES a > E°� (tsf) (tsf) (tsf) (%) c w rn z Red, Brown Sandy, Silty Clay, Hard -Moist, j 1-ST 4.5 9 BDL = with trace Roots = —530 2-ST 4.5+ 14 BDL Swell: Fig. 11 Red, Brown, Tan Sandy, Silty Clay, j —Hard-Moist, with some Iron Oxide Nodules 5— 3-ST 4.5 13 BDL LL=31, PI=18 j — Swell: Fig. 12 j— 4-ST 4.5 15 BDL UCS: Fig. 15 — 525 fff " — 5-ST 4.0 16 BDL Tan, Orange Silty, Sandy Clay, with some —Clay, Very Stiff to Hard -Moist j j 10— j - - — 520 - - Iron Oxide stained below 14 feet j — 6-ST 3.0 17 BDL 16 Boring Terminated at about 15 feet (EL. 518') a N M - m F - �i — w J_ 'a c� - ri d O - X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B5 SURFACE ELEVATION: 532.5± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 GILES ENGINEERING ASSOCIATES, INC. MATERIAL DESCRIPTION t c d a "~ N 4" 4P Q� W PID NOTES a > E°� (tsf) (tsf) (tsf) (%) c w rn z - Brown, Gray Silty, Sandy Clay, Stiff to j _ = 1-SS 6 4.5+ 17 BDL Hard -Moist, with little Roots j — 530 2-SS 11 4.5+ 13 BDL Gray, Brown, Orange Silty, Sandy Clay, � - -Very Stiff to Hard -Moist, with some Iron j 5— 3-SS 21 4.5 14 BDL LL=30, PI=16 _ Oxide Nodules j _- P200=74.0% — 525 4-SS 22 4.5 11 BDL - Gray, Tan Silty, Sandy Clay, Very Stiff to - 5 SS 23 4.5 11 BDL Hard, with Iron Oxide stains 10 Boring Terminated at about 10 feet (EL. 5225) a N M - m F - �i — w J_ 'a c� - ri d O - X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B6 SURFACE ELEVATION: 531.25± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO MATERIAL DESCRIPTION TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 0) o a)F M a Ca N E m m o c w rn z GILES ENGINEERING ASSOCIATES, INC. Q Q Qs W (%� (tsf) (tsf) (tsf) PID NOTES Brown Silty, Sandy Clay, Stiff to Hard -Moist, j _ 1-SS 15 4.5+ 14 BDL LL=25, P1=11 - with trace Roots —530 Brown, Gray Silty, Sandy Clay, Stiff to Hard _ 2-SS 11 4.5+ 16 BDL - Gray, Brown Silty Clay, with trace Sand, 3-SS 16 5.07 3.0 14 BDL Very Stiff to Hard C Boring Terminated at about 5 feet (EL. 526.25') a N M m F - �i — w J_ a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B7 SURFACE ELEVATION: 531± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO MATERIAL DESCRIPTION TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 o �, F M a Ca N c w rn z GILES ENGINEERING ASSOCIATES, INC. Q Qr, Qs W (%� (tsf) (tsf) (tsf) PID NOTES Red, Brown Silty, Sandy Clay, Stiff to j Hard -Moist —530 1-SS 9 4.5 15 BDL LL=34, PI=19 = � - with trace Iron Oxide Nodules below 2 feet j _ 2-SS 16 4.5+ 11 BDL -Tan below 3 feet j j 3-SS 13 4.5+ 12 BDL L Boring Terminated at about 5 feet (EL. 526') a N M m F - vi — w O a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B8 SURFACE ELEVATION: 530± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO MATERIAL DESCRIPTION TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS Brown, Tan Silty Sand, Firm -Moist - Red, Brown Silty, Sandy Clay,Very Stiff to - Hard -Moist Boring Terminated at about 5 feet (EL. 525') a N M m F - vi — w (D GILES ENGINEERING ASSOCIATES, INC. PROJECT NO: 4G-2407006 � a t ) ~ N Q° Q' Q� W PID a > £ °d (tsf) (tsf) (tsf) (%) c w rn z 1-SS 16 10 BDL jj — 2-SS 20 4.5+ 13 BDL j3-SS 11 5.3 4.5+ 12 BDL 6 69fi a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling NOTES Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B9 SURFACE ELEVATION: 531± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO MATERIAL DESCRIPTION TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS Brown Silty Sand, Firm to Dense -Slightly = Moist to Moist PROJECT NO: 4G-2407006 GILES ENGINEERING ASSOCIATES, INC. Q° Q' Q� W PID (tsf) (tsf) (tsf) (%) 13 BDL 9 BDL Tan, Orange, Red Silty, Sandy Clay, Very - Stiff to Hard, with Iron Oxide Nodules — 3-SS 17 5.23 4.5 17 BDL L Boring Terminated at about 5 feet (EL. 526') a N M m F - vi — w O o �, F M a Ca N c w rn z — 530 1-SS 18 2-SS 32 a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling NOTES Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B10 SURFACE ELEVATION: 533± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 GILES ENGINEERING ASSOCIATES, INC. MATERIAL DESCRIPTION t c d a "~ N 4" 4P Q� W PID NOTES a > E °� (tsf) (tsf) (tsf) (%) m T c w 8 o rn z Brown, Red Silty, Sandy Clay, Stiff to j 11 4.5+ 18 BDL =1-SS Hard -Moist, with trace Roots j = —530 2-SS 18 4.5+ 12 BDL j little Iron Oxide stains below 3.5 feet — _-with j j5 3-SS 19 4.5+ 9 BDL - -525 4-SS 16 4.5+ 9 BDL Tan Sandy Clay, Very Stiff to Hard, with =little Iron Oxide Nodules j — 10— 5-SS 20 4.5+ 12 BDL - / - — 520 - Tan, Brown Silty Sand, with some Clay, — 6-SS 11 8 BDL Firm -Slightly Moist, with some Iron Oxide I j TNodules I F, - a N Boring Terminated at about 15 feet (EL. 518') M - m F - — LU w J_ 'a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. BORING NO. & LOCATION: B11 SURFACE ELEVATION: 533± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO MATERIAL DESCRIPTION TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS Brown, Dark Gray Silty Sand, Loose -Moist GILES ENGINEERING ASSOCIATES, INC. PROJECT NO: 4G-2407006 � a 0 m F Q� Q, Qs W a > £'d N (tsf) (tsf) (tsf) (%) PID NOTES m m 0 0 c w rn z 1-ST 13 BDL Brown, Tan Silty, Sandy Clay, Stiff to Very j - Stiff -Moist —530 2-ST 2.69 3.0 12 BDL LL=20, PI=7 P200=50.1 % Swell: Fig. Brown, Tan, Red Silt Y� Y� Sandy Clay, / 6 UCS: Fig. 16 —Hard-Moist, with Iron Oxide Nodules j 5— 3-ST 4.0 17 BDL j - j — 4-ST 4.5 15 BDL - j — 525 - j — 5-ST 4.5 20 BDL — j 10 — - - j j — — - j — 520 - Tan, Brown Silty Sand, Loose -Moist I — 6 ST 18 BDL { t6 Boring Terminated at about 15 feet (EL. 518') a N M - m F - vi — w J_ 'a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn u> - w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The is shown on the Boring Location Plan. actual transition may be gradual and may vary considerably between test borings. Location of test boring BORING NO. & LOCATION: B12 SURFACE ELEVATION: 532± feet COMPLETION DATE: 08/05/24 FIELD REP: C.ROMERO TEST BORING LOG PROPOSED CHICK-FIL-A RESTAURANT #5947 1-30 & EASTCHASE PKWY FSU WEST CORNER OF EASTCHASE PARKWAY FORT WORTH, TEXAS PROJECT NO: 4G-2407006 GILES ENGINEERING ASSOCIATES, INC. MATERIAL DESCRIPTION t � c a "~ N Q" Q' Q� W PID NOTES a > E °� (tsf) (tsf) (tsf) (%) m c T w 8 o rn z Brown Silty Sand, with little Clay, - Loose -Moist — 1-ST 15 BDL - Brown, Red Silty Sand, Loose -Slightly —530 Moist, with little Clay _ 2-SS 6 5 BDL LL=14, P1=2 P200=46.5% Brown, Tan, Orange Silty, Sandy Clay, Very j Swell: Fig. 14 —Stiff to Hard -Moist, Iron Oxide stained j 5— 3-ST 3.5 13 BDL j-525 4-ST 3.25 4.5+ 16 BDL LL=32, PI=18 jUCS: Fig. 17 - j — 5-ST 4.5+ 15 BDL j 10 — Red, Brown Silty, Sandy Clay, Hard -Moist, j = with some Iron Stone fragments j - j - 520 - — 6-ST 4.5 14 BDL G Boring Terminated at about 15 feet (EL. 517') a N M m F - vi — w O a c� - ri d O - c� _ X F 2 H — K O r K 0 w- v rn w U - 0 0 0 N Water Observation Data Remarks: c� SZ Water Encountered During Drilling: None BDL=Below Detectable Levels o W Water Level At End of Drilling: None ST=Shelby Tube / SS=Split Spoon LL=Liquid Limit / P1=Plasticity Index Cave Depth At End of Drilling: P200=Percent Passing No. 200 Sieve 0 1 Water Level After Drilling: UCS=Unconfined Compressive Strength w Cave Depth After Drilling: Drilling Contractor: St. Moses GeoDrilling and Sampling Changes in strata indicated by the lines are approximate boundary between soil types. The actual transition may be gradual and may vary considerably between test borings. Location of test boring is shown on the Boring Location Plan. APPENDIX B FIELD PROCEDURES The field operations were conducted in general accordance with the procedures recommended by the American Society for Testing and Materials (ASTM) designation D 420 entitled "Standard Guide for Sampling Rock and Rock" and/or other relevant specifications. Soil samples were preserved and transported to Giles' laboratory in general accordance with the procedures recommended by ASTM designation D 4220 entitled "Standard Practice for Preserving and Transporting Soil Samples." Brief descriptions of the sampling, testing and field procedures commonly performed by Giles are provided herein. GENERAL FIELD PROCEDURES Test Borinq Elevations The ground surface elevations reported on the Test Boring Logs are referenced to the assumed benchmark shown on the Boring Location Plan (Figure 1). Unless otherwise noted, the elevations were determined with a conventional hand -level and are accurate to within about 1 foot. Test Borinq Locations The test borings were located on -site based on the existing site features and/or apparent property lines. Dimensions illustrating the approximate boring locations are reported on the Boring Location Plan (Figure 1). Water Level Measurement The water levels reported on the Test Boring Logs represent the depth of "free" water encountered during drilling and/or after the drilling tools were removed from the borehole. Water levels measured within a granular (sand and gravel) soil profile are typically indicative of the water table elevation. It is usually not possible to accurately identify the water table elevation with cohesive (clayey) soils, since the rate of seepage is slow. The water table elevation within cohesive soils must therefore be determined over a period of time with groundwater observation wells. It must be recognized that the water table may fluctuate seasonally and during periods of heavy precipitation. Depending on the subsurface conditions, water may also become perched above the water table, especially during wet periods. Borehole Backfillinq Procedures Each borehole was backfilled upon completion of the field operations. If potential contamination was encountered, and/or if required by state or local regulations, boreholes were backfilled with an "impervious" material (such as bentonite slurry). Borings that penetrated pavements, sidewalks, etc. were "capped" with Portland Cement concrete, asphaltic concrete, or a similar surface material. It must, however, be recognized that the backfill material may settle, and the surface cap may subside, over a period of time. Further backfilling and/or re -surfacing by Giles' client or the property owner may be required. GILES ENGINEERING ASSOCIATES, INC. FIELD SAMPLING AND TESTING PROCEDURES Auaer Samplina (AU) Soil samples are removed from the auger flights as an auger is withdrawn above the ground surface. Such samples are used to determine general soil types and identify approximate soil stratifications. Auger samples are highly disturbed and are therefore not typically used for geotechnical strength testing. Split -Barrel Samplina (SS) — (ASTM D-1586) A split -barrel sampler with a 2-inch outside diameter is driven into the subsoil with a 140- pound hammer free -falling a vertical distance of 30 inches. The summation of hammer - blows required to drive the sampler the final 12-inches of an 18-inch sample interval is defined as the "Standard Penetration Resistance" or N-value is an index of the relative density of granular soils and the comparative consistency of cohesive soils. A soil sample is collected from each SPT interval. Shelbv Tube Samplina (ST) — (ASTM D-1587) A relatively undisturbed soil sample is collected by hydraulically advancing a thin -walled Shelby Tube sampler into a soil mass. Shelby Tubes have a sharp cutting edge and are commonly 2 to 5 inches in diameter. Bulk Sample (BS) A relatively large volume of soils is collected with a shovel or other manually -operated tool. The sample is typically transported to Giles' materials laboratory in a sealed bag or bucket. Dvnamic Cone Penetration Test (DC) — (ASTM STP 399) This test is conducted by driving a 1.5-inch-diameter cone into the subsoil using a 15- pound steel ring (hammer), free -falling a vertical distance of 20 inches. The number of hammer -blows required to drive the cone 13/4 inches is an indication of the soil strength and density, and is defined as "N". The Dynamic Cone Penetration test is commonly conducted in hand auger borings, test pits and within excavated trenches. - Continued - GILES ENGINEERING ASSOCIATES, INC. Ring -Lined Barrel Samolinq — (ASTM D 3550) In this procedure, a ring -lined barrel sampler is used to collect soil samples for classification and laboratory testing. This method provides samples that fit directly into laboratory test instruments without additional handling/disturbance. Samolinq and Testing Procedures The field testing and sampling operations were conducted in general accordance with the procedures recommended by the American Society for Testing and Materials (ASTM) and/or other relevant specifications. Results of the field testing (i.e. N-values) are reported on the Test Boring Logs. Explanations of the terms and symbols shown on the logs are provided on the appendix enclosure entitled "General Notes". GILES ENGINEERING ASSOCIATES, INC. APPENDIX C LABORATORY TESTING AND CLASSIFICATION The laboratory testing was conducted under the supervision of a geotechnical engineer in accordance with the procedures recommended by the American Society for Testing and Materials (ASTM) and/or other relevant specifications. Brief descriptions of laboratory tests commonly performed by Giles are provided herein. LABORATORY TESTING AND CLASSIFICATION Photoionization Detector (PID) In this procedure, soil samples are "scanned" in Giles' analytical laboratory using a Photoionization Detector (PID). The instrument is equipped with an 11.7 eV lamp calibrated to a Benzene Standard and is capable of detecting a minute concentration of certain Volatile Organic Compound (VOC) vapors, such as those commonly associated with petroleum products and some solvents. Results of the PID analysis are expressed in HNu (manufacturer's) units rather than actual concentration. Moisture Content (w) (ASTM D 2216) Moisture content is defined as the ratio of the weight of water contained within a soil sample to the weight of the dry solids within the sample. Moisture content is expressed as a percentage. Unconfined Compressive Strenqth (qu) (ASTM D 2166) An axial load is applied at a uniform rate to a cylindrical soil sample. The unconfined compressive strength is the maximum stress obtained or the stress when 15% axial strain is reached, whichever occurs first. Calibrated Penetrometer Resistance (ap) The small, cylindrical tip of a hand-held penetrometer is pressed into a soil sample to a prescribed depth to measure the soils capacity to resist penetration. This test is used to evaluate unconfined compressive strength. Vane -Shear Strenqth (as) The blades of a vane are inserted into the flat surface of a soil sample and the vane is rotated until failure occurs. The maximum shear resistance measured immediately prior to failure is taken as the vane -shear strength. Loss -on -Ignition (ASTM D 2974: Method C) The Loss -on -Ignition (L.O.I.) test is used to determine the organic content of a soil sample. The procedure is conducted by heating a dry soil sample to 4400C in order to burn -off or "ash" organic matter present within the sample. The L.O.I. value is the ratio of the weight loss due to ignition compared to the initial weight of the dry sample. L.O.I. is expressed as a percentage. GILES ENGINEERING ASSOCIATES, INC. Particle Size Distribution (ASTB D 421, D 422, and D 1140) This test is performed to determine the distribution of specific particle sizes (diameters) within a soil sample. The distribution of coarse -grained soil particles (sand and gravel) is determined from a "sieve analysis," which is conducted by passing the sample through a series of nested sieves. The distribution of fine-grained soil particles (silt and clay) is determined from a "hydrometer analysis" which is based on the sedimentation of particles suspended in water. Consolidation Test (ASTM D 2435) In this procedure, a series of cumulative vertical loads are applied to a small, laterally confined soil sample. During each load increment, vertical compression (consolidation) of the sample is measured over a period of time. Results of this test are used to estimate settlement and time rate of settlement. Classification of Samples Each soil sample was visually -manually classified, based on texture and plasticity, in general accordance with the Unified Soil Classification System (ASTM D-2488-75). The classifications are reported on the Test Boring Logs. Laboratory Testing The laboratory testing operations were conducted in general accordance with the procedures recommended by the American Society for Testing and Materials (ASTM) and/or other relevant specifications. Results of the laboratory tests are provided on the Test Boring Logs or other appendix enclosures. Explanation of the terms and symbols used on the logs is provided on the appendix enclosure entitled "General Notes." GILES ENGINEERING ASSOCIATES, INC. California Bearina Ratio (CBR) Test ASTM D-1833 The CBR test is used for evaluation of a soil subgrade for pavement design. The test consists of measuring the force required for a 3-square-inch cylindrical piston to penetrate 0.1 or 0.2 inch into a compacted soil sample. The result is expressed as a percent of force required to penetrate a standard compacted crushed stone. Unless a CBR test has been specifically requested by the client, the CBR is estimated from published charts, based on soil classification and strength characteristics. A typical correlation chart is below. CALIFORNIA BEARING RATIO - CBR 2 3 4 5 6 7 8 9 10 15 20 25 30 40` 50 60 70 80 9 )100 I I I I I ASTM SOIL CLASSIFICATION SYSTEM I f GM (Unified Classfication) Il GC SW SM SP SC :4' OH ML CH CL OL I MH I I I AASHTO SOIL CLASSIFICATION A t (I A-1-0 A-2-4 A-2-5 A-2-6 A I I 37 As I I AA A-5 A-6 .-� A-7-5 A-7-6 FEDERALAVIATION ADMINISTRATION E-1 SOIL CLASSIFICATION E-2 I E-3 EA I E-5 I E-6 I E-7 I I E8 I E-s E-10 E-11 RESISTANCE VALUE - R 10 20 -.1 0 50 �60 70 I I I I I I UDDU _US OF SUBGRADE REACTION K PSI PER IN 1►4 150 2 0 2 0 :00 400 540 EO 70) I I I I I I BEARING VA _UE PS 13 2) 40 50 ED CALIFCRNIA BEARING RATIO - CBR I I I I 1 1 3 4 5 6 7 8 9 10 15 20 25 30 40 50 60 70 80 90100 GILES ENGINEERING ASSOCIATES, INC. APPENDIX D GENERAL INFORMATION GUIDE SPECIFICATIONS FOR SUBGRADE AND GRADE PREPARATION FOR FILL, FOUNDATION, FLOOR SLAB AND PAVEMENT SUPPORT; AND SELECTION, PLACEMENT AND COMPACTION OF FILL SOILS USING STANDARD PROCTOR PROCEDURES 1. Construction monitoring and testing of subgrades and grades for fill, foundation, floor slab and pavement; and fill selection, placement and compaction shall be performed by an experienced soils engineer and/or his representatives. All compaction fill, subgrades and grades shall be (a) underlain by suitable bearing material; (b) free of all organic, frozen, or other deleterious material, and (c) observed, tested and approved by qualified engineering personnel representing an experienced soils engineer. Preparation of subgrades after stripping vegetation, organic or other unsuitable materials shall consist of (a) proof -rolling to detect soil, wet yielding soils or other unstable materials that must be undercut, (b) scarifying top 6 to 8 inches, (c) moisture conditioning the soils as required, and (d) recompaction to same minimum in -situ density required for similar materials indicated under Item 5. Note: compaction requirements for pavement subgrade are higher than other areas. Weather and construction equipment may damage compacted fill surface and reworking and retesting may be necessary to assure proper performance. 3. In overexcavation and fill areas, the compacted fill must extend (a) a minimum 1 foot lateral distance beyond the exterior edge of the foundation at bearing grade or pavement subgrade and down to compacted fill subgrade on a maximum 0.5(H):I (V) slope, (b) 1 foot above footing grade outside the building, and (c) to floor subgrade inside the building. Fill shall be placed and compacted on a 5(H):I(V) slope or must be stepped or benched as required to flatten if not specifically approved by qualified personnel under the direction of an experienced soil engineer. The compacted fill materials shall be free of deleterious, organic, or frozen matter, shall contain no chemicals that may result in the material being classified as "contaminated", and shall be low -expansive with a maximum Liquid Limit (ASTM D-423) and Plasticity Index (ASTM D-424) of 30 and 15, respectively, unless specifically tested and found to have low expansive properties and approved by an experienced soils engineer. The top 12 inches of compacted fill should have a maximum 3-inch-particle diameter and all underlying compacted fill a maximum 6-inch-diameter unless specifically approved by an experienced soils engineer. All fill materials must be tested and approved under the direction of an experienced soils engineer prior to placement. If the fill is to provide non -frost susceptible characteristics, it must be classified as a clean GW, GP, SW or SP per the Unified Soil Classification System (ASTM D-2487). For structural fill depths less than 20 feet, the density of the structural compacted fill and scarified subgrade and grades shall not be less than 95 percent of the maximum dry density as determined by Standard Proctor (ASTM-698) with the exception of the top 12 inches of pavement subgrade which shall have a minimum in -situ density of 100 percent of maximum dry density, or 5 percent higher than underlying fill materials. Where the structural fill depth is greater than 20 feet, the portions below 20 feet should have a minimum in -place density of 100 percent of its maximum dry density of 5 percent greater than the top 20 feet. The moisture content of cohesive soil shall not vary by more than -1 to +3 percent and granular soil f3 percent of the optimum when placed and compacted or recompacted, unless specifically recommended/approved by the soils engineer monitoring the placement and compaction. Cohesive soils with moderate to high expansion potentials (PI>15) should, however, be placed, compacted and maintained prior to construction at a moisture content 3f 1 percent above optimum moisture content to limit further heave. The fill shall be placed in layers with a maximum loose thickness of 8 inches for foundations and 10 inches for floor slabs and pavement, unless specifically approved by the soils engineer taking into consideration the type of materials and compaction equipment being used. The compaction equipment should consist of suitable mechanical equipment specifically designed for soil compaction. Bulldozers or similar tracked vehicles are typically not suitable for compaction. 6. Excavation, filling, subgrade and grade preparation shall be performed in a manner and sequence that will provide drainage at all times and proper control of erosion. Precipitation, springs and seepage water encountered shall be pumped or drained to provide a suitable working platform. Springs or water seepage encountered during grading/foundation construction must be called to the soil engineer's attention immediately for possible construction procedure revision or inclusion of an underdrain system. 7. Non-structural fill adjacent to structural fill should typically be placed in unison to provide lateral support. Backfill along walls must be placed and compacted with care to ensure excessive unbalanced lateral pressures do not develop. The type of fill material placed adjacent to below -grade walls (i.e. basement walls and retaining walls) must be properly tested and approved by an experienced soils engineer with consideration for the lateral pressure used in the wall design. Whenever, in the opinion of the soils engineer or the Owner's Representatives, an unstable condition is being created either by cutting or filling, the work shall not proceed into that area until an appropriate geotechnical exploration and analysis has been performed and the grading plan revised, if found necessary. GILES ENGINEERING ASSOCIATES, INC. GENERAL COMMENTS The soil samples obtained during the subsurface exploration will be retained for a period of thirty days. If no instructions are received, they will be disposed of at that time. This report has been prepared exclusively for the client in order to aid in the evaluation of this property and to assist the architects and engineers in the design and preparation of the project plans and specifications. Copies of this report may be provided to contractor(s), with contract documents, to disclose information relative to this project. The report, however, has not been prepared to serve as the plans and specifications for actual construction without the appropriate interpretation by the project architect, structural engineer, and/or civil engineer. Reproduction and distribution of this report must be authorized by the client and Giles. This report has been based on assumed conditions/characteristics of the proposed development where specific information was not available. It is recommended that the architect, civil engineer and structural engineer along with any other design professionals involved in this project carefully review these assumptions to ensure they are consistent with the actual planned development. When discrepancies exist, they should be brought to our attention to ensure they do not affect the conclusions and recommendations provided herein. The project plans and specifications may also be submitted to Giles for review to ensure that the geotechnical related conclusions and recommendations provided herein have been correctly interpreted. The analysis of this site was based on a subsoil profile interpolated from a limited subsurface exploration. If the actual conditions encountered during construction vary from those indicated by the borings, Giles must be contacted immediately to determine if the conditions alter the recommendations contained herein. The conclusions and recommendations presented in this report have been promulgated in accordance with generally accepted professional engineering practices in the field of geotechnical engineering. No other warranty is either expressed or implied. GILES ENGINEERING ASSOCIATES, INC. CHARACTERISTICS AND RATINGS OF UNIFIED SOIL SYSTEM CLASSES FOR SOIL CONSTRUCTION * Max. Dry Value as Value as Temporary Density Value as an Subgrade Pavement Class Compaction Standard Compressibility Drainage and Embankment When Not Value as Base With Characteristics Proctor and Expansion p Permeability ty Material Subject to Course With Dust Bituminous (pcf) Frost Palliative Treatment GW Good: tractor, rubber -tired, steel 125-135 Almost none Good drainage, Very stable Excellent Good Fair to Excellent wheel or vibratory roller pervious poor GP Good: tractor, rubber -tired, steel 115-125 Almost none Good drainage, Reasonably Excellent to Poor to fair Poor wheel or vibratory roller pervious stable good GM Good: rubber -tired or light 120-135 Slight Poor drainage, Reasonably Excellent to Fair to poor Poor Poor to fair sheepsfoot roller semipervious stable good GC Good to fair: rubber -tired or 115-130 Slight Poor drainage, Reasonably Good Good to fair Excellent Excellent sheepsfoot roller impervious stable ** SW Good: tractor, rubber -tired or 110-130 Almost none Good drainage, Very stable Good Fair to poor Fair to Good vibratory roller pervious poor SP Good: tractor, rubber -tired or 100-120 Almost none Good drainage, Reasonably Good to fair Poor Poor Poor to fair vibratory roller pervious stable when dense SM Good: rubber -tired or sheepsfoot 110-125 Slight Poor drainage, Reasonably Good to fair Poor Poor Poor to fair roller impervious stable when dense SC Good to fair: rubber -tired or 105-125 Slight to Poor drainage, Reasonably Good to fair Fair to poor Excellent Excellent sheepsfoot roller medium impervious stable ML Good to poor: rubber -tired or 95-120 Slight to Poor drainage, Poor stability, Fair to poor Not suitable Poor Poor sheepsfoot roller medium impervious high density reauired CL Good to fair: sheepsfoot or rubber- 95-120 Medium No drainage, Good stability Fair to poor Not suitable Poor Poor tired roller impervious OL Fair to poor: sheepsfoot or rubber- 80-100 Medium to high Poor drainage, Unstable, should Poor Not suitable Not suitable Not suitable tired roller impervious not be used MH Fair to poor: sheepsfoot or rubber- 70-95 High Poor drainage, Poor stability, Poor Not suitable Very poor Not suitable tired roller impervious should not be used CH Fair to poor: sheepsfoot roller 80-105 Very high No drainage, Fair stability, Poor to very Not suitable Very poor Not suitable impervious may soften on poor expansion OH Fair to poor: sheepsfoot roller 65-100 High No drainage, Unstable, should Very poor Not suitable Not Not suitable impervious not be used suitable Pt Not suitable Very high Fair to poor Should not be Not suitable Not suitable Not Not suitable drainage used suitable * "The Unified Classification: Appendix A - Characteristics of Soil, Groups Pertaining to Roads and Airfields, and Appendix B - Characteristics of Soil Groups Pertaining to Embankments and Foundations," Technical Memorandum 357, U.S. Waterways Ixperiment Station, Vicksburg, 1953. ** Not suitable if subject to frost. WGILES ENGINEERING ASSOCIATES, INC. UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D-2487) Major Divisions Group Typical Names Laboratory Classification Criteria Symbols 0 0 N (5 z v 2) c � ai M (31 0 6 E 0 0 t c t 2 0 E v N ai v 0 0 N 0 z c to o Y �g E a, c• U v E c t v 0 Well -graded gravels, D. GW mixtures, gravel-sand Cu = greater than 4; C —D between 1 and 3 o or no fines 6-1 0 h D60 o 7 Poorly graded gravels, 0 > U INN, � c GP gravel -sand mixtrues, N � Not meeting all gradation requirements for GW P '7A little or no fines Q/ V > aJ > 0 d N to 0 o 0 0 z Silty gravels, gravel 0 Atterberg limits Limits plotting within shaded p g w � N GMa — sand -silt mixtures a, "' a v z 0 „ n E o below"A"line or P.I. less than 4 area, above"A"line with P.I. c Y 3 v u = =�� o - o N N v between 4 and 7 are a, a �= borderline cases requiring � to 0 5� Atterberg limits use of dual symbols GC Clayey gravels gravel E N m° above "A"line or P.I. sand -clay mixtures to o greater than 7 N Well -graded sands, N o D � i1 ^ a SW gravelly sands, little or w = Y C = " greater than 4; C = �` between 1 and 3 o to a no fines 'o 510 0,0XD60 Poorly graded sands, �2 o v a D SIP gravelly sands, little or a0, �'� U Not meeting all gradation requirements for SW no fines LrI v ° a C a N o w a, o c E. d Silty sands, sand -silt v a J o° a, c J n Atterberg limits Limits plotting within shaded p g L v v v SMa mixtures 0 o 0) below"A"line or P.I. less than 4 area, above"A"line with P.I. m y 3 u between 4 and 7 are v E o borderline cases requiring Atterberg limits use of dual symbols na SC Clayey sands, sand -clay o above"A"line or P.I. mixtures greater than 7 Inorganic silts and very fine sands, rock Plasticity Chart Ln o MIL flour, silty or clayey fine N sands, or clayey silts > with slight plasticity v Inorganic clays of low s to medium plasticity, Y • CL gravelly clays, sandy CH clays, silty clays .3 Organic silts and 4° OIL organic silty clays of low plasticity o Inorganic silts, mica- v 3° ceous or diatomaceous 2 U Y MH fine sandy or silty soils, "P OH an, MH N elastic siltsto a U ° CH Inorganic clays of high . plasticity, fat clays _ CL in = Organic clays of ,o OH medium to high CL-ML plasticity, organic silts MLandOL >..Y V a, c 'o Pt Peat and other highly o0 0 ,00 21 organic soils Liquid Limit 0 'Division of GM and SM groups into subdivisions of d and u are for roads and airfields only. Subdivision is based on Atterberg limits, suffix d used when L.L. is 28 or less and the P.I. is 6 or less; the suffix u is used when L.L. is greater than 28. b Borderline classifications, used for soils possessing characteristics of two groups, are designated by combinations of group sympols. For example GW-GC,well-graded gravel -sand mixture with clay binder. Giles Engineering Associates, Inc. GENERAL NOTES SAMPLE IDENTIFICATION All samples are visually classified in general accordance with the Unified Soil Classification System (ASTM D-2487-75 or D-2488-75) DESCRIPTIVE TERM (% BYDRY WEIGHT) PARTICLE SIZE (DIAMETER) Trace: 1-10% Boulders:8 inch and larger Little: 11-20% Cobbles: 3 inch to 8 inch Some: 21-35% Gravel: coarse - 3/4 to 3 inch And/Adjective 36-50% fine — No. 4 (4.76 mm) to 3/4 inch Sand: coarse — No. 4 (4.76 mm) to No. 10 (2.0 mm) medium — No. 10 (2.0 mm) to No. 40 (0.42 mm) fine — No. 40 (0.42 mm) to No. 200 (0.074 mm) Silt: No. 200 (0.074 mm) and smaller (non -plastic) Clay: No 200 (0.074 mm) and smaller (plastic) SOIL PROPERTY SYMBOLS DRILLING AND SAMPLING SYMBOLS Dd: Dry Density (pcf) SS: Split -Spoon LL: Liquid Limit, percent ST: Shelby Tube — 3 inch O.D. (except where noted) PL: Plastic Limit, percent CS: 3 inch O.D. California Ring Sampler PI: Plasticity Index (LL-PL) DC: Dynamic Cone Penetrometer per ASTM LOI: Loss on Ignition, percent Special Technical Publication No. 399 Gs: Specific Gravity AU: Auger Sample K: Coefficient of Permeability DB: Diamond Bit w: Moisture content, percent CB: Carbide Bit qp: Calibrated Penetrometer Resistance, tsf WS: Wash Sample qs: Vane -Shear Strength, tsf RB: Rock -Roller Bit qu: Unconfined Compressive Strength, tsf BS: Bulk Sample qc: Static Cone Penetrometer Resistance Note: Depth intervals for sampling shown on Record of (correlated to Unconfined Compressive Strength, tsf) Subsurface Exploration are not indicative of sample PID: Results of vapor analysis conducted on representative recovery, but position where sampling initiated samples utilizing a Photoionization Detector calibrated to a benzene standard. Results expressed in HNU-Units. (BDL=Below Detection Limit) N: Penetration Resistance per 12 inch interval, or fraction thereof, for a standard 2 inch O.D. (1% inch I.D.) split spoon sampler driven with a 140 pound weight free -falling 30 inches. Performed in general accordance with Standard Penetration Test Specifications (ASTM D- 1586). N in blows per foot equals sum ofN-Values where plus sign (+) is shown. Nc: Penetration Resistance per 13/4 inches of Dynamic Cone Penetrometer. Approximately equivalent to Standard Penetration Test N-Value in blows per foot. Nr: Penetration Resistance per 12 inch interval, or fraction thereof, for California Ring Sampler driven with a 140 pound weight free -falling 30 inches per ASTM D-3550. Not equivalent to Standard Penetration Test N-Value. SOIL STRENGTH CHARACTERISTICS COHESIVE (CLAYEY) SOILS NON -COHESIVE (GRANULAR) SOILS UNCONFINED COMPARATIVE BLOWS PER COMPRESSIVE RELATIVE BLOWS PER CONSISTENCY FOOT (N) STRENGTH (TSF) DENSITY FOOT (N) Very Soft 0-2 0 - 0.25 Very Loose 0-4 Soft 3-4 0.25 - 0.50 Loose 5-10 Medium Stiff 5-8 0.50 - 1.00 Firm 11 - 30 Stiff 9 — 15 1.00 - 2.00 Dense 31 - 50 Very Stiff 16 — 30 2.00 - 4.00 Very Dense 51+ Hard 31+ 4.00+ DEGREE OF DEGREE OF EXPANSIVE PLASTICITY PI POTENTIAL PI None to Slight 0-4 Low 0 - 15 Slight 5-10 Medium 15 - 25 Medium 11 - 30 High 25+ High to Very High 31+ GILES ENGINEERING ASSOCIATES, INC. Pnnfnnhninni Cnninnnninn Dnnnnf The Geoprofessional Business Association (GBA) has prepared this advisory to help you - assumedly a client representative - interpret and apply this geotechnical-engineering report as effectively as possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface conditions at project sites and development of them that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Active engagement in GBA exposes geotechnical engineers to a wide array of risk -confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Understand the Geotechnical-Engineering Services Provided for this Report Geotechnical-engineering services typically include the planning, collection, interpretation, and analysis of exploratory data from widely spaced borings and/or test pits. Field data are combined with results from laboratory tests of soil and rock samples obtained from field exploration (if applicable), observations made during site reconnaissance, and historical information to form one or more models of the expected subsurface conditions beneath the site. Local geology and alterations of the site surface and subsurface by previous and proposed construction are also important considerations. Geotechnical engineers apply their engineering training, experience, and judgment to adapt the requirements of the prospective project to the subsurface model(s). Estimates are made of the subsurface conditions that will likely be exposed during construction as well as the expected performance of foundations and other structures being planned and/or affected by construction activities. The culmination of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussion of the subsurface model(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given requirements of the project. These reports may be titled investigations, explorations, studies, assessments, or evaluations. Regardless of the title used, the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context of the project and does not represent a close examination, systematic inquiry, or thorough investigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geotechnical engineers structure their services to meet the specific needs, goals, and risk management preferences of their clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil -works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical-engineering report is unique, prepared solely for the client. Likewise, geotechnical-engineering services are performed for a specific project and purpose. For example, it is unlikely that a geotechnical- engineering study for a refrigerated warehouse will be the same as one prepared for a parking garage; and a few borings drilled during a preliminary study to evaluate site feasibility will not be adequate to develop geotechnical design recommendations for the project. Do not rely on this report if your geotechnical engineer prepared it: • for a different client; • for a different project or purpose; • for a different site (that may or may not include all or a portion of the original site); or • before important events occurred at the site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, the reliability of a geotechnical-engineering report can be affected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools. If you are the least bit uncertain about the continued reliability of this report, contact your geotechnical engineer before applying the recommendations in it. A minor amount of additional testing or analysis after the passage of time - if any is required at all - could prevent major problems. Read this Report in Full Costly problems have occurred because those relying on a geotechnical- engineering report did not read the report in its entirety. Do not rely on an executive summary. Do not read selective elements only. Read and refer to the report in full. You Need to Inform Your Geotechnical Engineer About Change Your geotechnical engineer considered unique, project -specific factors when developing the scope of study behind this report and developing the confirmation -dependent recommendations the report conveys. Typical changes that could erode the reliability of this report include those that affect: • the site's size or shape; • the elevation, configuration, location, orientation, function or weight of the proposed structure and the desired performance criteria; • the composition of the design team; or • project ownership. As a general rule, always inform your geotechnical engineer of project or site changes - even minor ones - and request an assessment of their impact. The geotechnical engineer who prepared this report cannot accept responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would have considered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction begins, geotechnical engineers explore a site's subsurface using various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specific locations where sampling and testing is performed. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who then applied professional judgement to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions may differ - maybe significantly - from those indicated in this report. Confront that risk by retaining your geotechnical engineer to serve on the design team through project completion to obtain informed guidance quickly, whenever needed. This Report's Recommendations Are Confirmation -Dependent The recommendations included in this report - including any options or alternatives - are confirmation -dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgement and opinion to do so. Your geotechnical engineer can finalize the recommendations only after observing actual subsurface conditions exposed during construction. If through observation your geotechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. The geotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation -dependent recommendations if you fail to retain that engineer to perform construction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a continuing member of the design team, to: • confer with other design -team members; • help develop specifications; • review pertinent elements of other design professionals' plans and specifications; and • be available whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction - phase observations. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated -subsurface -conditions liability to constructors by limiting the information they provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, with your contract documents, but be certain to note conspicuously that you've included the material for information purposes only. To avoid misunderstanding, you may also want to note that "informational purposes" means constructors have no right to rely on the interpretations, opinions, conclusions, or recommendations in the report. Be certain that constructors know they may learn about specific project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. This happens in part because soil and rock on project sites are typically heterogeneous and not manufactured materials with well-defined engineering properties like steel and concrete. That lack of understanding has nurtured unrealistic expectations that have resulted in disappointments, delays, cost overruns, claims, and disputes. To confront that risk, geotechnical engineers commonly include explanatory provisions in their reports. Sometimes labeled "limitations;' many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered The personnel, equipment, and techniques used to perform an environmental study - e.g., a "phase -one" or "phase -two" environmental site assessment - differ significantly from those used to perform a geotechnical-engineering study. For that reason, a geotechnical-engineering report does not usually provide environmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated subsurface environmental problems have led to project failures. If you have not obtained your own environmental information about the project site, ask your geotechnical consultant for a recommendation on how to find environmental risk -management guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, the engineer's services were not designed, conducted, or intended to prevent migration of moisture - including water vapor - from the soil through building slabs and walls and into the building interior, where it can cause mold growth and material -performance deficiencies. Accordingly, proper implementation of the geotechnical engineer's recommendations will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building -envelope or mold specialists on the design team. Geotechnical engineers are not building -envelope or mold specialists. GEOPROFESSIONAL BUSINESS SEA ASSOCIATION Telephone: 301 /565-2733 e-mail: info@geoprofessional.org www.geoprofessional.org Copyright 2019 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly prohibited, except with GBM specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of GBA, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, individual, or other entity that so uses this document without being a GBA member could be committing negligent or intentional (fraudulent) misrepresentation. / Geotechnical, Environmental & Construction Materials Consultants .......�..---- t GR-01 60 00 PRODUCT REQUIREMENTS s THIS PAGE WAS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CFA I-30 & Eastchase 05947 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105843 Revised April 7, 2014 FORT ORUL CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 Illrrrrr Attention: Mix Designs do not sui2ersede CFW Si2ecifications IIIIIIIIII Spec No. Classification Manufacturer Mix 11) Mix l)—ription Design strength'a 28,1.1, s DesignApproval Concrete Class A (S dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 13 20 Mix Desp American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix DesP Bumco Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/1/2024 32 13 20 Mix Design Borneo Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desl1F Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Des1P Chisholm Trail Redi Mix C 13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 4/28/2025 32 13 20 Mix Desl1F Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Des1P City Concrete Company 30HA20II 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desl1F Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Des1P Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Des11F Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 20 Mix Des1P Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Des11F He an - SOR, Inc. 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 13 20 Mix Des1P Holcim - SOR, Inc. 5177 3000 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 20 Mix Desli p Holum - SOR, Inc. 530WA-TI 3000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Des Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desli p Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Deswon Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/l/2023 32 13 20 Mix Desp Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 13 20 Mix Desp Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 20 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Desp Martin Marietta R2136KI4 3000 psi 3-5" Slump; 3-6% AQ 9/9/2022 32 13 20 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 5/9/2025 32 13 20 Mix Desp Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Desp NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 20 Mix Design Dab— 3OA50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 20 Mix Desp Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Desp SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 20 Mix Desp SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP "Inlets, Manholes, Junction Boxes, Encasement, Blocldn�, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 3213 13 : Mix Des tt American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air 9/9/2022 3213 13 : Mix Design Borneo Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 : Mix Desp Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Desp Chisholm Trail Redi Mix CTF W6020A 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 3213 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Desp Holcim - SOR, Inc. 1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design Holcim- SOR, hic. 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Holchn - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 3213 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air Page 1 of 6 FORT ORUL CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 s Illrrrrr Attention: Mix Designs do not supersede CFW S ecifications 11 MIM Spec No. Classification Manufacturer Nli, 11) Nli, D—ription Design strength'a 28,1.1, s DesignApproval ...Concrete (Continues) 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 3213 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 3213 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6% Air 9/12/2023 3213 13 Mix Design NBR Ready Mix CLS PI-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 9/16/2024 3213 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air 4/28/2025 3213 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 3213 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations teference Detail 314 10-D605) 9/9/2022 3213 13 Mix Design Bumco Texas 36U500BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 3213 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 3213 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air 12/5/2022 3213 13 Mix Design Holchn - SOR, Inc. 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 3213 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air 6/27/2023 3213 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air 8/22/2024 3213 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135KO524 3600 psi 5.5" Slump; 3-6% Air Class C (Headwalls, Wing wills, Culverts) 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/l/2023 3213 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 3213 13 Mix Desp Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (A achine Placed Pav ng) 4/3/2025 3213 13 Mix Desp Bw Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 3213 13 Mix Desp Bw Town Concrete 5211 With 20% Fly Ash 4000 psi 1-Y Slump; 3-6% Air 6/30/2025 3013 13 Mix Design Big Town Concrete 52113 With 30% slag 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 3013 13 Mix Desp Big Town Concrete 5311 4000 psi 1-3' Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Carder Concrete FWCC602091 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 33 13 13 Mix Desp Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air 11/14/2022 3213 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 3213 13 Mix Desp Estrada Ready�Mix TD3655AEWR 3600 psi 1-Y Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting hrc 36MP1643 3600 psi 1-3" Slump; 3-6% Air 6/20/2025 3213 13 Mix Design Gilco Contracting htc 36MP1629 3600 psi 1-Y Slump; 3-6% Air 5/12/2025 3213 13 Mix Design Holcim - SOR, Inc. 1703 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta Q214IR27 4000 psi 1-3" Slump; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta Q214IK30 4000 psi 1-3" Slump; 3-6% Air Page 2 of 6 FORT ORUL CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 s !!liar! Attention: Mix Designs do not supersede CFW S ecifications 1111A1111 Spec No. Classification Manufacturer Nli, 11) Nli, D—ription Design strcrigtli'a 28dal, s DesignApproval ...Concrete (Continues) 5/5/2025 32 13 13 Mix Design Martin Marietta Q214IN27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 3600 psi 1-3" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air 9/16/2024 3213 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 3213 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 3213 13 Mix Design SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air 6/17/2025 3213 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (E and Placed Paving, Valley Gutter) 9/9/2022 3213 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 3213 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Burneo Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 3213 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R4560AEWR/ 4500 psi 3-5" Slump; 4-6% Air 9/9/2022 3213 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6%Air 6/20/2025 3213 13 Mix Design Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6%Air 10/4/2024 3213 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Helena - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 3213 13 Mix Design Holcim - SOR, Inc. 545WA-TI 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6%Air 11/2/2022 3213 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 3213 13 Mix Desp Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Desp Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Design Martin Marietta R21461`36 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Desp Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 3213 13 Mix Desp Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Desp NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 3213 13 Mix Design Osbum 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 3213 13 Mix Desp Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 5/23/2025 3213 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Desp SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 3213 13 Mix Desp SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 3213 13 Mix Design True Grit Redi Mix 465.230H 4500 psi 3-5" Slump: 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 3213 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air Page 3 of 6 FORTWORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention; Mix Designs do not sui2ersede CFW S ecifications !!!!!!!!!! Spec No. C11—iti'ation Manufacturer Nli, 11) Nli, l)—ription Design Strength if, 28 da� s DesignApproval Class HES (High Early Stren^th Paving) 9/9/2022 3213 13 Mix DesP Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6 % Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix DesP Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix DesP Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi (a) 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6% Air ...Concrete �Confinues) 1/24/2023 3213 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi (a, 24hr. 3-5" Slump; 3-6% Air 2/10/2023 3213 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi (a) 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi P 3 days 3-5" Slump; 3-6% Air Class S (Bridle Slabs, Top SI-tbs of Direct Traffic Culverts, Approach Slabs) 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 3213 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/l/2023 3213 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 3213 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 3213 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 3213 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/1/2023 03 34 16 1033416 (Mix Design IBumco Texas IOYH50BF I 1000 psi (Flowable; 8.5-11.5%Air 9/9/2022 03 34 16 Mix Design Bumco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air Controlled Low Strength Ma'erial (Flowable Fill) 2/7/2025 03 34 13 Mix Design Bumco Texas OIY690BF 100 psi Flowable; 9.5-11.5% Air 5/19/2025 03 34 13 Mix Design Borneo Texas OIZ180AF 100 psi Flowable; 9.5-11.5%Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5% Air 9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12%Air 9/9/2022 03 34 13 Mix Desp Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11 % Air 5/12/2025 03 34 13 Mix Design Holcirn - SOR, Inc. 3741 100 psi Flowable; 12.0-24.0% Air 10/4/2023 03 34 13 Mix Desp NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12%Air Concrete Rip Rap 4/l/2023 I31 37 00 (Mix Design (Martin Marietta R2141030 I 4000 psi I3-5" Slump; 3-6%Air 4/l/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air AShalt Paving 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base 9/9/2022 321216 Mix Desp Austin Asphalt FTIIB139965 FT1B139965 PG64-22 Type B Fine Base 9/9/2022 321216 Mix Design Austin Asphalt FT1B117.2 FTIB 117.2 PG64-22 Type B Fine Base 5/l/2024 32 12 16 Mix Desp Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 1216 Mix Desp Supmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/l/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers Page 4 of 6 FORT ORUL. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention, Mix Designs do not supersede CFW S ecifications 11111!!111 Approval Spec No. Classification Manufacturer Nli, 11) Nli, D—ription 1 Design Silicone Joint Sealant 9/9/2022 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Si a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Sing a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 �32 32 13 73 Joint Sealant Pecom 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 3305 lb Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Cova Neenah Foundry NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Cova Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cov SIP Industries ++ 2279ST 2279ST (Size - 24" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cov.SIP Industries ++ 2280ST 2280ST (Size - 32" Dial ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A EJ 1033 Z2/A (Size - 32.25" Dial ASTM A536 AASHTO M306 3/8/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2296T 2296T (Size - ***24" Dial ASTM A48 AASHTO M306 6/18/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN (Size - 24" Dia.) ASTM A48 AASHTO M306 **Note: All new development and new installation manhole 4hds shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fontera FRT-100-405-PRECAST** (Size - 10' X 3) ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-l0x4.5-407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson PFe Group TPG-I OX3-405-PRECAST INLET** ((Size - 110' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson PFe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG4X4-409-PRECAST BASE (Size - 4' X 41 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-41O-PRECAST BASE (Size - 5' X 5� ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 61 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-7X7-411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - TX 7') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 81 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson PFe Group TPG4X4-408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 33 49 20 DroQQ Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 33 49 10 Marilrole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 41 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 81 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4') ASTM C433 Page 5 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 ....Storm Sewer - Inlet & Structures Continues 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Ppe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thotrfson Pipe Groin Q Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 41) ASTM C913 1/12/2024 33 49 20 Droe Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5') ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 100 Precast** (Size 10' x 3') ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 150 Precast** (Size 15' x 3) ASTM C913 --Note: Pre -cast inlets are approved for the stage l portion of he structure (basin) only. Stage II pardon al the structure are required to be cast in place. No exceptions to this requirement shall be allowed. Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Stoma Polypropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3341 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 3341 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 10/12/2023 3341 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/12/2023 3441 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/18/2023 3341 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 4/12/2024 3341 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 6/25/2024 3341 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 3341 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification Page 6 of 6 FORTWORTH. 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 CMB37-1312 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 FORTWORTH. 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 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.