Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63402-PM1
CSC No. 63402-PM 1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Chisholm Trail Ranch Lot 10, Block 3 IPRC Record No. IPRC25-0066 City Project No. 106264 FID No. 30114-0200431-106264-EO7685 File No. N/A X File No. 28586 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Michael Owen, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth July 2025 Manhard Consulting oppo f JOHN C. HAMILT��I v.....................•-•--•.. ,r 1� 130971 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 0011 13 ln.yit tie t Bidders Last Revised 03/20/2020 004100 00 42 43 0043 3 Bid Form Proposal Form Unit Price Bid Ben 040:2,12014 05/22/2019 040:2,12014 0045 11 0045 12 Bidders U-o,,u l:fie ti n's Prequalification Statement 04/02 2014 09/01/2015 nno0 45 13 Bidder- v -o.,u l;fieatioi kWipa 03 in v 00 45 26 00 4 5-40 Contractor Compliance with Workers' Compensation Law Mine Btisi Enterprise Goal 04/02/2014 nQ i a 00 52 43 -ity ess Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 7300 0073 10 c„rri oment., -y Condition Standard City Conditions of the Construction Contract for Developer 07 in i 1120 i 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 mint i�nt t 013120 ��z 01 32 33 Pr-ejeet Meetings Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 01 M 13 Spoolal.Alojce+Pr-eee tffe 09/3412� 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls no,.. �a r, fie t T-.,f r�.e 07/01/2011 mint t � 015526 01 57 13 St -feet Use it ed lens e G Storm Water Pollution Prevention Plan �z 0 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 �� r , �tr cvrrurrRctl�li �ila.'C� 04 07,/ t n vTrvTrrvz� 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Chisholm Trail Ranch Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.2ov/ti)w/contractors/ or htti)s:Hapus.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised m 41 1 3 Seleefive Sit Zi 121 20/2017 va-rrz� �orc0 DL�'�. ,'�ldl rzrzvzvrs mvz 41 14 Utility n o,.,,..,.,1 / n i..,,,a,,,,. ent 12 i�01_2 Oq 41 15 v.,ying Removal 02 info Division 03 - Concrete 03-30 00 Cwt In nlase Goner-ete 1 03 311 13 Gent-ol ea Low Strength Material inr eW 12/n�2n�m� ��z 03 34 o:1'�71 P!� a1P zz-,zvrLvzz Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Svstems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Svstems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Svstems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31- :arthwork 3 i�no Site Clearing 1 71 /7 z 31 2n 00 >✓ 1 n1 io 4�14 �rr�-vv ,JYnll�nl�t6 31�on Gab1ens 1 i�12 31�no Ripr-ap 12�'l0,12012 Division 32 - Exterior Improvements 32 01 14 t 12i20A2012 �o Ta~l�p cr�r,� t �-. lrr� R 32 n1 29 r t ne.e;, 12QO/2 �-a-vr�� .., .(�'�'�'\'�0 �:zngzccpscrr 3L 1123 Fleyrible Base re..,.ses 112i�lz 2' 11 29 Lime T.eete,l Base re..,.ses 12QO/2012 32 ii �T Ol. EWbdiocc �5 CITY OF FORT WORTH Chisholm Trail Ranch Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 106264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3'�3 AWImItZkaving Gr- ev Se.,l., 12/20420112 37�o C,.nefete Si 1e.7alk0, Driveways and Barrier- Free n, inp- 06/n�01-9 3'��4 16 Rr-iJ.-, Unit .1V ing 13/3�ti 37�3 Cone -ete C,,..l.and Qdtter-s a -ad Valley C_„ to -s 10/06 32 1723 213 �-�t'�'�nt �'�aPl£iiigS 1 1 120 i �� 37� Curb n ddfess Paip ing 1 1 /n� n�13 32 P. 13 Chain Fences and Gates 13/3rtr20/20i2 37�0 Wir-e>~enees and Gates 13/20420112 37�9 Weed Fences and Gates 12420,12012 32 32 13 Ciact in Mace Ce e.ete Retaining Wa 0 1� 3291 19 Topsoil nlaee,„ent and Finishing g of Par4c,, ays 1 31 /3 z 37� 14ydr-o M l..l,ing Seeding, and C'.,.1.1ing 17/7 z Trooted ��tiz 1� 9� 37 2 3 13L20�/2013 �� .� Division 33 - Utilities 2 2Sewer and Manhole Testing 1 3 /3 z 33�T 3 3�0 Closed C; .e„it Television mCTV) inspeetie,, Bypas0 :Mmring of Existing sting Sewer- Syste 03/06 1 3 /3 z 33 04 10 � 33�= re;,.� herding and Elee ri dal �olltial� ('Offe.,;e,. !`E)Ht-el Test St-At;onsQ QQ0�13n13� , 17/7rer20/2012 3304-12 33 04 30 >,,rag e.,;,,, nrede Gat edict Preteetio Systef Temporary Water Services 1390,1220112 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains Cleans 02/06/2013 13/3r 33 04-50 3305 10 3 3�2 3305 13 �� 3305 13.10 of Sewe,. Mains Utility Trench Excavation, Embedment, and Backfill Water- Line e r oweFing Frame, Cover- and Grade Rings Cast Fr C d Grade n;,.,. Composite ZTai�e�PG7 CL2„ICCVISLCCL�iQIIg�G�Iitl7�s�te Adjusting tipg Manholes, inlets, V D d o Stf QO,L2012 12/12/2016 12/7 z 0 2�2/20I6 0 /33/3n1� �� 3305 �i4 3305 16 33�T ZS SSIII III �+TS�'TI $'�l�l Ci�iGTG[LiCTl7 �1-dZILCG CCTrP.Tte ��a�JCai� g 7 � V ado Concrete Water Vaults Go e,.ete Cell,.. 1 3 /3rc�,zvizviz 12/20/2012 13/3�n/2012 330520 330521 �. 33�2 Ig T/3�/2012n unr�.1 i� � � Steel e 131 /3�n/3z0S2 13 330523 Gass g P4 I-lmd Tunneling 12/20/2012 1'/'�tz 32 0524 33�0 of C.,f f e,- -Pipe i Casing Tunnel Liner- mate Ir�:t�alkltieH 5 or . unnv� /T .,ea4E) -s 14y 0649,12013 1 33 05 30 U4 N4afke,-s Location of Existing Utilities X20,L2 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets etile T,-e,. n;,-,e 12/20/2012 13/3reQO/2012 33 11 ?i3 11 11 D D etile ife,. Fittings 13/3�nL20!2 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 1 1 1 3 Conx.\ctu 11i ss a Pipe, her AL,.apped, Steel Cylinder- Type 113/3 z ?i3 11 11 Btffied Sted Piro und Fittings 13/3�n/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 CITY OF FORT WORTH Chisholm Trail Ranch Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 106264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1220 22�1T Resilient Seated Gate Valve 12/20/2012 [I17/7�12 1225 AWW-A Rubber- Seated BtAte.-f1., Cefffeetio to > 6sting Water- Mains 02/no�13 22� 2 2�o Ce,.,> roan o A;,. V- lye Soocc.- vies f^. Potable Water Syste12/2 i L';,-� n 1 /nT 33 1250 Water Sample Stations 12/20/2012 220 Standard Blow off Valve So37'I' 06/13 P. 12 Qifod in Plue Pipe (CIPP4 12/2 z P- P. 12 Fibefglass Dei fef:ee,7 Pipe for- Gr-a-,;ty Sanitary Sewer 12420,12012 33 2! 15 22�o High DoNcft,Delyethy en, (LDE) Pip i€� E�rit��,er 12,20/2n�12 Poly,;"! C>,le.;,le (PVC) Cs,.ay ty e.,n tafy Sewer- Pipe 064942014 � 333121 Polyvinyl Chloride (PVC) Clese,a Profile Gr-a-yit-y c.,,,;ta-r-y Sewe, 12/2n/2n12 rtravravzz Pipe 22 2 22 �� � �� Saa taffy Se.. T 1290/2012 �--��� Elie �iri;� �� 22 2 22 �� � �� C'.,a t.,,-.. Se-- D' L' 1290/2012 ���� �o �,n121�geI33eHt �� 22�o 22 3170 Sanitary Sewer- Setwiee Gan eetions and ce,..,iee Li e 04/2 3 C,�,�1.�>iat"'n; - Valve for- San tafy Sewer- Fofee \4 r12snsnz2 33 39 110 Ce.�.e,-ete Manholes 1212 C—a�t in P.11�.,e �90/20>z 22 2n 2n �s�rzv C 1290/2012 `iYcl� �� rtravravzz 22�0 33 3940 22�o y����,�.C�. FT,cTgl...s7s Manholes 12/2zz90/2012 Wastewater- A eves Chamber- (ALAG) C) QQ0,12z Epoxy T ; e for- Sanitary Sewer- StF etwes 12/20 204-2 22�o 22�= s Dei fe-ee.a !`..ne,-ete St.,f.,-. Sewer- Pipe/C lye,-ts 07/0T Ti�h �witPolyethylene (HDPE) Pipe fe f S ors D�i� 12�90,12n12 22�2 Dei fo-ee.7 Delyetl lene ( RPE) P*a 1143,12015 b� t �Y 12/2QO,L2012 �6-00 33-46-91 S Slotted S xm Dmins ,n Tfe-}x11 rJ�mino n7 /no 1�n 23 49 100 Cunt -in Pk. -.se Manholes ..a.1 T,,neti...,. Boxes 12/2zzr20/2012 33 4920 22�nv Gufb and Drop inlets i2Q0,/20Q Stwvr, DFs� mge442-",&7,,&ls wid Wingwalls n�/n�n Division 34 - Transportation 24 41 10 T.-.,fF;e Sig .,1� 1 n/12Tvrrz/2n1 e �v �-rvz� 2A ^env1 an aaehmen4 A Gentfellerrtabine Q48,Qois 24 41 10.02 A 11 S i-rtt& "' �� E6at�6a@i'vpe c iea4i 02,12Q 12 24 41 10.03 n �nv2 � i-rtt& xiien1=-C S6 zai@ Spe-vpc iE-&ti$fl 0 1/20 Q 211 11 11 wsavj Tmaffi11 /2�13 �1 � 11 13R-em1 ng o-riTxffi �, Signals �'1 12 /�Q ✓ 1 tV3 Yc ibuk- . -.Rar/ d P�V ling B 1 1 /2 P 24 41 16 De.lestFia-.. 14ybr-id Signal. 1 1 /22/2n1'2 2r4 4120 IUrLi�t/.""Assembl;es 12Nn/2012 24 ^poi Afto6al LED Ilzocdway 1,umina lras 06no�t-5 24 4120.02 Ffee,.ayrZDne.d-w r .,/1e � �a�nil��ros n6 ,/2n1e� 2n�nv2J r r b . �D i � �ar�r�v.:rs 0645,12015 � 34 4130 �o 4 u>vxun, Figl}s 11 /12/2013 2A�on Single Me,1e Fibef Optie Cable n2/2o�6 34 71 13 Tr- ff;e Ce,,t fol 1 1 /2�n CITY OF FORT WORTH Chisholm Trail Ranch Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 106264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Chisholm Trail Ranch Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised March 20, 2020 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page l of2 Bidder's Application Bidlist Item Description Specification IUnit of Bid No. Section No. Measure Quantity UNIT I: WATER JMPROVEMEN—S 1 3125.0101 SWPPP >_ 1 acre 31 2500 LS 1 2 3292.0101 Utility Service Surface Restoration Sodding 3292 13 SY 9 3 3291.0100 Topsoil 3291 19 CY 9 4 3305.0109 Trench Safety 3305 10 LF 24 5 3311.0161 6" PVC Water Pipe 3311 12 LF 8 6 3312.0002 Water Sampling Station 33 12 50 EA 2 7 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 8 3312.2003 1" Water Service 3312 10 EA 1 9 3312.2203 2" Water Service 3312 10 EA 1 10 9999.0001 2" Water Meter Box 3312 10 EA 1 11 9999.0002 1" Irrigation Water Meter Box 3312 10 EA 1 12 9999.0003 8" x 6" Cut -In Tee and Valve 3312 10 EA 1 13 9999.0004 8" x 1" Tapping Saddle 33 12 25 EA 1 14 9999.0005 8" x 2" Tapping Saddle 33 12 25 EA 1 15 16 17 18 19 20 21 22 TOTAL UNIT I: WATER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value $6,885.00 $6,885.00 $36.14 $325.26 $25.00 $225.00 $1.00 $24.00 $94.28 $754.24 $1,500.00 $3,000.00 $3,316.92 $3,316.92 $4,493.23 $4,493.23 $6,508.78 $6,508.78 $300.78 $300.78 $250.00 $250.00 $2,361.43 $2,361.43 $187.00 $187.00 $203.00 $203.00 $28,834.64 00 42 43_Bid Proposal_DAP UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 2 of 2 Bidder's Application Bidder's Proposal Description Specification Unit of Bid Unit Price Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS WIIT-III- DnAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNI-TAi STFiEET LIGHTING IMPROVEMENTS UNIT `"T "�, VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: 20Twenty Construction, LLC 8777 Governors Row Dallas, TX 75247 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Justin Rascher TITLE: Managing Partner DATE: 5/21 /2025 END OF SECTION Bid Value $28,834.64 $28,834.64 5 worlang days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal _DAP 0045 12 PAP PRF.OUAMFICATIOF4 STATP.MEM P■ge 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Drne" box provide the cgmnlete major wnrk type and actual descriptiorl as provided by the Water Dcoartment for water and sewer and TPW for navinQ. Major Work Type I Contractor/Subcontractor Company Name Water Distribution, Development, 8-inch diameter and smaller Pennington Commercial Prequalification Expiration Date 4/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: 20Twenty Construction 8777 Governors Row Dallas, TX 75247 BY: istin ch li (Signature) TITL : Managing Partner DATE: END OF SECTION CITY OF FORT WORTH ChhWm Trap Ranch lot 20, Block 3 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT- DEVELOPER AWARDED PROJECTS 004S 12_Praqual1fkatlon Statement 2015_DAP Form Version September 1, 2015 1 2 3 4 S 7 8 9 10 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 0045 26 -1 COWUCMR "PLtANCD Wf" WONXINAM COMMSAMN LAW pop I of I SECTION 00 45 26 CONi cTok CQMPLIANCE wrm WORKER'S COMPENSATION LAW Pursuant to Texts 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. 106264 Contractor fiirther 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: 20TWenty Construction Company 8777 Governors Row Address Dallas, TX 75247 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Justin Signature: Print) Manat?ine Partner (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared —, 16r)-P4_qJqey , 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 1k-OnLK for the purposes and consideration therein expressed d in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this J` day of iVYu� , 20_Z ELIZABETH LEIGH RASCHER f,:Notary Pubiie, State of Texas -' Comm. Expires 03.25-2628 NotaryAlthe State of Texas Notary ID 132416269 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Chisholm Trail Ranch Lot 10, Block 3 te6264 05243 , I Devol(qVt Awot&d Njott AVO#Ment Pop I aid SECTION 00 5143 AGREEMBNT T(118 AGREEMENT, authorized on _is made by and between the Developer, 4 Chishohn, nail Partners, LLC, authorized Jo do business in Texas (":Developer") , and 2OTwenty S Construjaion, authorized to (to business in Texas, acting by and through its duly authorized -6 representative, CContnetor"), 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 ProliIect identified herein, 11 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 Chisholm Trail Ranch Lot 10. Block 3 16 L06264 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final' Acceptance as stated in the Contract 20 Documents are of the essence to this Contract,, 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within (5) working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects, 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in, 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall, pay 34 Developer Zero Dollars ($0.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until. the City issues the Final Letter of Acceptance. Crry OF FORT WORTH Chisholm Tfail.Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 RevivA Jum 16,2016 00043-1 OevelW,f Awordet( N6*t Apeowt Pogo I of 4 36 Ailielt, 4� CONTRACT PRICE 17 Developer tkgroos to pity Contractor for performance of the Work in accordance with the Contract 1Wcurrietits all amount in -current funds of Twenty -Eight Thousand Eight-Hundted and Thitty- n Four Dollars and Sixty-Fottr Cents ($28,8304), 40 Article S. CONTRACT DOCUMENTS 41 5.1 CONTENTS, 42 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor conceining the Work consist of the following: 44 1. This Agreement, 45 21. Att-achments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 4 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Forni(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 c. 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 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings, ,64 7. Addenda. 65 & 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. 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b, Field Orders. 70 o. Change Orders. 71 d, Letter of Final Acceptance, 72 73 CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEWPEP, AWARDED PROJECTS 106264 Revised June 16,2016 till 52 43 w 3 110vdaper Awarded Prof t Agreement Page 3 of 74 Article 6. INl ENINWICATION 75 6.1 Contractor eovenants And agrees to Indemnity, hold harmless And defend, At Its own 76 xpenso' the city, its ol'flcers, servants and employees, from and against any and all 77 elaittrs arising out of, or alleged to arise out of, the work and services to he performedT 78 by the contractor, its officers, agents, employees, subcontractors, licenses or Invitees 79 mintier this contr Act, This indemnification vrovision is specifically Intended to onerate and be effective evert if it is allied or proyen that all or some of the Llama e>w s bei,n 1 sou ht were caused to whole or in parj,,by an act. omission or ne Uii epee of the ci". 82 This indemnity provision is intended to includes without limitation, Indemnity for 3 costs, expenses And legal fees incurred by the city In defending against such claims and 4 causes of actions. 85 96 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is Alleged or 92 proven that all or some of the damages being sought were caused in whole or in part 93 by anv act. omission or neelieence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms, 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98 the Construction. Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101. Contractor without the advanced express written consent of the Developer. 102 73 Successors and Assigns. Ida Developer and Contractor each binds itself, its partners, successors, assigns and legal. 104 representatives to the other party Hereto, in respect to all covenants, agreements and 1.05 obligations contained in. the Contract Documents, 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and Ito CONTRACTOR. 111 7,5 Governing Law and venue. 112 This Agreement, including all of the Contract Documents is perforitaable in the State of 113 Texas, venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort `worth Division, CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -- DEVELOPER AWARDED PROJECTS 106264 Revissd Juno 16, 20I6 115 116 117 118 119 120 III 122 11,11 124 125 Ott 5243-4 Developer Awarded Project Agreement Wage 4 of 4 T6 Authority to SiAIL Contractor slittli attach evidence of authority to Sign Agreement, if other than duly authoriz W- signatory of the Contractor. IN WITNESS WHER.60F, 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. 20-Twenty Constiuction LLC (Signature) Justin Rascher (Printed Name) Title: Managing Partner Company Name:20-Twenty Construction LLC Address: 8777 Governors Row City/State/Zip: Dallas, TX 75247 4 /10 Late Developer: _n'm I L_ PAk—TNj6' LL-c By: mature} Fariborz Mazaheri (Printed Name) Title: CEO and Owner Company name: Chisholm Trail Partners, LLC Address: 3000 W. Memorial Road Suite 225 City/State/Zip: Oklahoma City, OK 73120 ,0 / -71 �3 Date CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUM13NTS —DEVELOPER AWARD13D PROJECTS 106264 Revised June 16,2016 POLICY NUMBER: GL100094440-00 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS (TEXAS LIMITED SOLE NEGLIGENCE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured; or c. "Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. With respect to liability of the additional insured for "bodily injury" of an employee or agent of a named insured or the employee of a named insured's subcontractor, coverage shall apply for the partial or sole negligence of the additional insured, but only if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 2 Copyright 2020 FCCI Insurance Group. QUOTE POLICY NUMBER: GL 10 0 0 9 4 4 4 0— 0 0 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) c. Will not be broader than that which is afforded to you under this policy; and d. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A. 1.; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. E. Section IV— Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit'. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 2 Copyright 2020 FCCI Insurance Group. QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an "occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product' arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; e. Motor vehicles; f. "Your product" arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a "product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect' Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect' in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: (a) How, when and where the "defect' was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product'. (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect' means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product' which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product' which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect' in "your product', or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product', or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor' as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor', we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product', "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury' for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to liability for "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one `occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the `occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 QUOTE AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION Airbag Coverage..................................................................... Auto Loan/Lease Gap Coverage ............................................ BroadForm Insured................................................................ Concealment, Misrepresentation or Fraud ............................. Deductible............................................................................... Duties in the Event of Accident, Claim, Suit or Loss .............. FellowEmployee.................................................................... Fire Department Service Charge ............................................ Other Insurance for Hired Auto Physical Damage Coverage Loss of Earnings..................................................................... Loss of Use Expenses............................................................ Supplementary Payments...................................................... Transfer of Rights of Recovery against Others to Us ............ Transportation Expenses....................................................... PAGE 3 3 4 3 4 2 2 4 2 2 2 4 2 QUOTE COMMERCIAL AUTO CAU 058 (10 22) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2021 FCCI Insurance Group QUOTE COMMERCIAL AUTO CAU 058 (10 22) B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a total maximum of $1,500 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $1,500. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2021 FCCI Insurance Group QUOTE COMMERCIAL AUTO CAU 058 (10 22) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such 'loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations prior to the application of the Limit of Insurance provided that: 1. The Comprehensive or Specified Causes of Loss Coverage deductible applies only to "loss" caused by: a. Theft or mischief or vandalism; or b. All perils. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2021 FCCI Insurance Group QUOTE COMMERCIAL AUTO CAU 058 (10 22) 2. Regardless of the number of covered "autos" damaged or stolen, the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or mischief or vandalism; or b. All perils; will be equal to five times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive or Specified Causes of Loss Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". 3. Any Comprehensive Coverage deductible shown in the Declarations does not apply to: a. "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. b. Glass damage if repaired rather than replaced. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2021 FCCI Insurance Group QUOTE COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. Insured Coov ..- utua WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 8/4/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002050718 of Texas Mutual Insurance Company effective on 8/4/24 Issued to: 20-TWENTY CONSTRUCTION LLC This is not a bill Authorized representative NCCI Carrier Code: 29939 8/2/24 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B t .e utua WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Agent copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 2. Notice will be mailed to: Schedule 30 PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 8/4/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002050718 of Texas Mutual Insurance Company effective on 8/4/24 Issued to: 20-TWENTY CONSTRUCTION LLC This is not a bill NCCI Carrier Code: 29939 Authorized representative PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 8/2/24 WC420601 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 006213-1 PERFORMANCE BOND Page 1 of 3 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, 20Twenty Construction, known as "Principal" herein and SureTec 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, Fariborz Mazaheri authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Twenty -Eight Thousand Eight -Hundred and Thirty -Four Dollars and Sixty -Four Cents ($28,834.64), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA25-0092 and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 1 Oth day of July, 2025, which Contract is hereby referred to and made a part hereof for all 22 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 23 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 24 said Contract designated as Chisholm Trail Ranch, Lot 10, Block 3. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106264 Revised January 31, 2012 0062 13 -2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the i i? day of July, 9 2025. 10 PRINCIPAL: 11 20Twenty Construction LLC 12 13 14 BY: 15 "Signature 16 ATTEST: 17 18 Justin Rascher. Manaeine Partner 19 (Principal) Secretary Name and Title 20 21 Address: 8777 Governors Row 22 Dallas, TX 75247 23 24 25 ngas.incipal 26 SURETY: 27 SureTec Insurance Company 28 29 30 BY:31 Signature 32 33 Kevin J. Dunn, Attorney-in-Fact7. 34 Name and Title 35 36 Address: 9500 Arboretum Blvd., Suite 400 ` 37Austin, TX, 78759 38 39 40 it as to e Telephone Number: (713) 812-0800 41 42 43 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 from the by-laws showing that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106264 Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106264 Revised January 31, 2012 006214-1 PAYMENT BOND Pagel of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, 20Twenty Construction, known as "Principal" herein, and SureTec Insurance 8 Company, a corporate surety ( or sureties if more than one), duly authorized to do business in the 9 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 10 the Developer, Fariborz Mazaheri authorized to do business in Texas "(Developer"), and the City 11 of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Twenty -Eight 12 Thousand Eight -Hundred and Thirty -Four Dollars and Sixty -Four Cents ($28,834.64), lawful 13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 14 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number CFA25-0092 and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 10' day of July, 2025, which Contract is hereby referred to and made a part hereof 22 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 23 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 24 designated as Chisholm Trail Ranch, Lot 10, Block 3. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106264 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 006214-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the lid day of July, 2025. ATTEST: (Principal e ary Wit es s too ATTEST: (Surety) Secretary PRINCIPAL: 20Twenty Construction LLC BY: .� i gnature Justin Rascher, Managing- Partner Name and Title Address: 8777 Governors Row Dallas, TX 25247 SURETY: SureTec Insurance Company Signature Kevin J. Dunn, Attorney -Ira -Fact _ \ Name and Title ` Address: 9500 Arboretum Blvd., Suite 400 Austin, TX, 78759 Telephone Number: (M) 812-0800 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJEc,rs Revised January 31, 2012 Chisholm Trail Ranch, Lot 10, Block 3 106264 006219-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we 20Twenty Construction, known as "Principal" herein and SureTech Insurance 8 Company, a corporate surety (sureties, if more than one) duly authorized to do business in the 9 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 10 the Developer, Fariborz Mazaheri authorized to do business in Texas ("Developer") and the City 11 of Fort Worth, a Texas municipal corporation ("City"), in the sum of Twenty -Eight Thousand 12 Eight -Hundred and Thirty -Four Dollars and Sixty -Four Cents ($28,834.64), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well 14 and truly be made jointly unto the Developer and the City as dual obligees and their successors, 15 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16 severally, firmly by these presents. 17 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA25-0092; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 10t1i day of July, 2025, which Contract is hereby referred to and a made part hereof 23 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 24 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 25 a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract 26 and designated as Chisholm Trail Ranch, Lot 10, Block 3; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106264 Revised January 31, 2012 0062 19 - 2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in frill force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106264 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the C® day of July, 2025. 4 PRINCIPAL: 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 ATTEST: (Principal) Secretary Witn4sto rincipal 20Twenty Construction LLC BY: 1_ Sigrlkfture Justin Rascher, Manalrin2 Partner Name and Title Address: 8777 Governors Row Dallas, TX 75247 SURETY: SureTec Insurance Company BY: Signature _ � - - Kevin J. Dunn, Attorney -In -Fact ATTEST: Name and Title Address: 9500 Arboretum Blvd., Suite 400 --- ------- (SuSecretary. Austin, TX, 78759 / (" Telephone Number: (713) 812-0800 as to uret p *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 Chisholm Trail Ranch, Lot 10, Block 3 106264 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology.......................................................................................................1 1.01 Defined Terms..........................................................................................................................1 1.02 Terminology.............................................................................................................................5 Article2 — Preliminary Matters.....................................................................................................................6 2.01 Before Starting Construction.....................................................................................................6 2.02 Preconstruction Conference......................................................................................................6 2.03 Public Meeting..........................................................................................................................6 Article 3 — Contract Documents and Amending............................................................................................6 3.01 Reference Standards..................................................................................................................6 3.02 Amending and Supplementing Contract Documents................................................................ 6 Article 4 — Bonds and Insurance...................................................................................................................7 4.01 Licensed Sureties and Insurers..................................................................................................7 4.02 Performance, Payment, and Maintenance Bonds..................................................................... 7 4.03 Certificates of Insurance...........................................................................................................7 4.04 Contractor's Insurance..............................................................................................................9 4.05 Acceptance of Bonds and Insurance; Option to Replace........................................................ 12 Article 5 — Contractor's Responsibilities.....................................................................................................12 5.01 Supervision and Superintendent............................................................................................. 12 5.02 Labor; Working Hours........................................................................................................... 13 5.03 Services, Materials, and Equipment....................................................................................... 13 5.04 Project Schedule.................................................................................................................... 14 5.05 Substitutes and "Or-Equals".................................................................................................. 14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) ................................... 16 5.07 Concerning Subcontractors, Suppliers, and Others................................................................. 16 5.08 Wage Rates............................................................................................................................ 18 5.09 Patent Fees and Royalties....................................................................................................... 19 5.10 Laws and Regulations............................................................................................................ 19 5.11 Use of Site and Other Areas................................................................................................... 19 5.12 Record Documents................................................................................................................. 20 5.13 Safety and Protection............................................................................................................. 21 5.14 Safety Representative............................................................................................................. 21 5.15 Hazard Communication Programs......................................................................................... 22 5.16 Submittals.............................................................................................................................. 22 5.17 Contractor's General Warranty and Guarantee....................................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification...................................................................................................................... 24 5.19 Delegation of Professional Design Services........................................................................... 24 5.20 Right to Audit: ....................................................................................................................... 25 5.21 Nondiscrimination.................................................................................................................25 Article 6 - Other Work at the Site.............................................................................................................. 26 6.01 Related Work at Site.............................................................................................................. 26 Article 7 - City's Responsibilities............................................................................................................. 26 7.01 Inspections, Tests, and Approvals.......................................................................................... 26 7.02 Limitations on City's Responsibilities................................................................................... 26 7.03 Compliance with Safety Program........................................................................................... 27 Article 8 - City's Observation Status During Construction.........................................................................27 8.01 City's Project Representative................................................................................................. 27 8.02 Authorized Variations in Work.............................................................................................. 27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed...................................................................................... 28 Article9 - Changes in the Work................................................................................................................ 28 9.01 Authorized Changes in the Work........................................................................................... 28 9.02 Notification to Surety............................................................................................................. 28 Article 10 - Change of Contract Price; Change of Contract Time...............................................................28 10.01 Change of Contract Price....................................................................................................... 28 10.02 Change of Contract Time....................................................................................................... 28 10.03 Delays.................................................................................................................................... 28 Article I I - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ..................... 29 11.01 Notice of Defects................................................................................................................... 29 11.02 Access to Work...................................................................................................................... 29 11.03 Tests and Inspections............................................................................................................. 29 11.04 Uncovering Work................................................................................................................... 30 11.05 City May Stop the Work........................................................................................................ 30 11.06 Correction or Removal of Defective Work............................................................................. 30 11.07 Correction Period................................................................................................................... 30 11.08 City May Correct Defective Work......................................................................................... 31 Article12 - Completion..............................................................................................................................32 12.01 Contractor's Warranty of Title............................................................................................... 32 12.02 Partial Utilization................................................................................................................... 32 12.03 Final Inspection..................................................................................................................... 32 12.04 Final Acceptance.................................................................................................................... 33 Article13 - Suspension of Work................................................................................................................33 13.01 City May Suspend Work........................................................................................................ 33 Article14 - Miscellaneous........................................................................................................................ 34 14.01 Giving Notice........................................................................................................................ 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ....... 14.03 Cumulative Remedies ........ 14.04 Survival of Obligations ...... 14.05 Headings ............................ ............................................................................................... 34 ............................................................................................... 34 ............................................................................................... 35 ............................................................................................... 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of35 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 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions 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 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of 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.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 ofperforming or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting parry to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either 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 of35 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 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None b. Each Occurrence:: None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of35 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 of35 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 of35 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 i£ 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 of35 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 of35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ❑ Required for this Contract. ® 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 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a parry 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 of35 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 Page21 of35 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 of35 8.04 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page31 of35 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 of35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other parry. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of35 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 011100-1 DAP SUMMARY OF WORK SECTION 011100 .Yi1STIuIF.11A'010Alffie)9114 PART1- GENERAL IRM1Y11U IU M'A'1 A. Section Includes: Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106264 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106264 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106264 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 kill :31.1so telI[Glen 9:T*Z4191191-iml PART1- GENERAL IRM11107 lU M IAI1 A. Section Includes: Page 1 of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 01 25 00 - 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 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] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 01 25 00 - 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 Recommended Recommended as noted Firm Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 013119 IQ;41141610 IY:ZIl6Jlll[o]►iuIII NYIelt, PART1- GENERAL IRM1111U 107 M 3111 A. Section Includes: Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements f!I► ' 7 101 Xlel 7 7\•/u 1040 11' ' ally DI 1i17 BPI A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 17\;71 ff�" 0M►101;7.1 it 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Chisholm Trial Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chisholm Trial Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 SECTION 0133 00 1D7:\iY81:3UIINI1:\V PART1- GENERAL IRM11107 IU V IAI1 A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8'/2 inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised August 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 PART1- GENERAL IRM11007 107 V:i•1 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS SECTION 0150 00 PART1- GENERAL IRM11107lU 0 9AI1 A. Section Includes: Page 1 of 4 Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised JULY 1, 2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised JULY 1, 2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised JULY 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 015713 STORM WATER POLLUTION PREVENTION PART1- GENERAL IRM11107 lU M'A'1 A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised July 1, 2011 015713-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 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: httt)s://apes.fortworthtexas.aov/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 01 33 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 11IMY11U 107 M :i•1 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 66 00 - 4 DATE NAME 4/7/2014 M.Domenech CITY OF FORT WORTH DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log SUMMARY OF CHANGE Revised for DAP application STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Chisholm Trail Ranch, Lot 10, Block 3 106264 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 Ato] :31arA:VY[e)a/:lelD1:711uIs] 01aVA: 0Is]►l PART1- GENERAL IRM11107 107 V IAI1 A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Chisholm Trial Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Chisholm Trial Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Chisholm Trial Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE 4/7/2014 NAME M.Domenech 10401ZI] W110001 [I]eI Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Chisholm Trial Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL IRM11107 lU M'A'1 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 DATE NAME 4/7/2014 M.Domenech CITY OF FORT WORTH END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 Chisholm Trail Ranch, Lot 10, Block 3 106264 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART1- GENERAL IRM111107 107 M IAI1 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Shops at Chisholm Trail, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Shops at Chisholm Trail, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 4/7/2014 NAME M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Shops at Chisholm Trail, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL IRM11107lU / 31A A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 IQ00111111111111l1:1114141:Hl11614100V10 211111 R PART1- GENERAL I MYIJu 1u El A11 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] ""0 1I X4Ell : 1 1 91411JU 104eI K A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 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 Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 107:V 00 4/7/2014 I►MLI�I M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 106264 Revised April 7, 2014 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106264 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106264 Revised July 1, 2011 FREEa EI"IGIPIEERIIIG GF70LJP PROJECT NO.21163 JULY, 2016 GEOTECHNICAL INVESTIGATION RETAIL/RESTAURANT BUILDINGS CHISHOLM TRAIL PARKWAY AND MCPHERSON ROAD FORT WORTH, TEXAS Presented To: STREETLEVEL INVESTMENTS DALLAS, TEXAS FREEa ErlESIrIEERIrlM G R O U P TABLE OF CONTENTS PAGE INTRODUCTION....................................................................................................1 ProjectDescription...................................................................................... 1 Authorization................................................................................................1 Purposeand Scope.......................................................................................1 FIELD AND LABORATORY INVESTIGATIONS ............................................ 2 General.......................................................................................................... 2 FieldInvestigation........................................................................................2 LaboratoryTesting..................................................................................... 3 GENERAL SITE CONDITIONS., .......................................................................... 4 Physiography................................................................................................ 4 Geologyand Stratigraphy........................................................................... 4 GroundWater.............................................................................................. 5 Texas Health and Safety Code and TCEQ Comment......... ..................... 6 Seismic Site Classification........................................................................... 6 ANALYSIS AND RECOMMENDATIONS..........................................................7 Potential Vertical Movements.....................................................................7 FoundationDesign....................................................................................... 8 Laterally -Loaded Piers................................................................................11 GradeBeams................................................................................................ 13 FloorSlabs.................................................................................................._ 13 RetainingWalls............................................................................................19 DetentionPond.............................................................................................21 Earthwork..................................................................................................... 22 Pavement.......................................................................................................24 Construction Observation and Testing Frequency................................._26 -1- REEL? Er1CGIrlt3EFIIrlM G Fi OLJP INTRODUCTION Project Description i This report presents the results of a geotechnical investigation performed for proposed retail/restaurant buildings to be located at the southeast corner of Chisholm Trail Parkway and McPherson Road in Fort Worth, Texas. The general orientation of the site is shown on the Plan of Borings, Plate 1 of the report Illustrations. The project consists of construction of 25 retail/restaurant buildings varying in size from approximately 2,700 to 50,000 square feet with associated site paving. A detention pond and retaining walls are also included in the project. Based on a site grading plan provided, finished floors have been established at elevations varying from 845.84 to 852.75. Authorization This investigation was authorized by Ms. Anne Kuta of StreetLevel Investments by signature of our Proposal No. 4-60 on May 4, 2016. Purpose and Scope The purpose of this investigation has been to evaluate the general subsurface conditions and provide recommendations for: • design of the foundation systems; • floor slabs; ■ retaining walls; • pavement subgrade; and • site preparation and earthwork compaction criteria. Project No. 21163 - 1 - July 12, 2016 REEn Ef" M1r-IEERIr'1G G FFI O LJ P Borings were advanced between sampling intervals by means of a truck -mounted drilling rig equipped with continuous flight augers. Samples of cohesive soils were obtained with 3-inch diameter Shelby tubes (ASTM D 1587). Weathered and unweathered limestone was evaluated in - situ using the Texas Department of Transportation (TxDOT) cone penetrometer test. Delayed water level observations were made in the open boreholes to evaluate ground water conditions. Borings were backfilled at completion of field operations. Sample depth, description of materials, field tests, water conditions and soil classification [Unified Soil Classification System (USCS), ASTM D 2488] are presented on the Boring Logs, Plates 2 through 47. Keys to terms and symbols used on the logs are included as Plates 48 and 49. Elevations shown on the boring logs are approximate, and have been interpolated to the nearest foot based on topographic information developed by Dunaway Associates dated May 11, 2016. Laboratory Testing All samples were returned to the laboratory and visually logged in accordance with the USCS. The consistency of cohesive soils was evaluated by means of a pocket penetrometer. Results of the pocket penetrometer readings are presented on the boring logs. Laboratory tests were performed to evaluate index properties and confirm visual classification of selected samples. Tests and ASTM designations are provided in Table 1. Project No. 21163 - 3 - July 12, 2016 FREEn ErlMIrlEERIrlM G F;OLJP to low plasticity (CH to CL) clay and sandy clay, clayey sand (SC) and gravelly clay (GC) with varying amounts of sand, gravel, and calcareous concretions. The alluvial soil extended to depths of l /2 to 9 feet. Tan, hard to very hard (rock classification), weathered limestone was encountered below the alluvial soil in all the borings except Boring B-28. Borings B-4 and B-12 terminated within the tan, weathered limestone. The tan, weathered limestone graded into gray, very hard (rock classification), unweathered limestone at depths of 9 to 20 feet below existing (June 2016) grade. All borings except Borings B-4, B-12 and B-28 terminated within the gray, very hard, unweathered limestone. In Boring B-28, residual soil was encountered beneath the alluvial soil, and consisted of light brown grading with depth to brown and dark brown, low to high plasticity (CL to CH) clay. The CL clay was dual -classified as severely weathered limestone of the Main Street Formation. Below the severely weathered limestone, severely weathered shale of the Grayson Marl Formation was encountered. The severely weathered shale possesses the engineering properties of high plasticity (CH) clay and is dual -classified as such on the boring log. The severely weathered shale extended to a depth of 23 feet, whereupon dark gray, soft (rock classification), unweathered shale was encountered. Boring B-28 terminated within the unweathered shale. Ground Water Ground water seepage was encountered at depths of 2 to 18 feet in 1 l borings during drilling operations. Based on post -drilling water level observations, ground water was present at depths of 1/2 to 22 feet in June 2016. The ground water is perched above the relatively impermeable, Project No. 21163 - 5 - July 12, 2016 REEn ErlGIrIEERIMM GROLJP ANALYSIS AND RECOMMENDATIONS Potential Vertical Movements Potential Vertical Movements (PVM) were evaluated using an empirical procedure developed by McDowell' and modified by the Texas Department of Transportation, TxDOT Test Method 124- E'-. Based on the PVM calculations and past experience, potential movements are estimated to be on the order of one to three inches, dependent upon location and thickness of expansive soil. Movement will be associated with seasonal changes in soil moisture. Ground -supported improvements (i.e., sidewalks and paving) will move in response to changes in soil moisture. The movement will be observed as heave if the soils are dry at the time the pavement or sidewalk is constructed. The movement will be observed as settlement if the soils are moist at the time of construction. Generally, settlement will be limited to the outer perimeter (outer four to five feet) of larger slabs. Prudent watering during extended dry climatic periods can control settlement. Recommendations are provided to limit movement below the buildings; however, some movement of site paving and sidewalks should be anticipated. The estimated PVM is based on finished floor elevations as indicated on a site grading plan by Dunaway Associates dated May 11, 2016. If finished floor elevations are changed by more than one foot from this grading plan, this office should be consulted for additional analysis and recommendations. McDowell, C. "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils." Quarterly of the Colorado School of Mines, Volume 54, No. 4, 127-153. "Method for Determining the Potential Vertical Rise, PVR." (1978). Texas Department of Transportation, Test Method Tex- 124-E. Project No. 21163 - 7 - July 12, 2016 REEn EPICGIrlEERIrlCG G R O LJP The end bearing and skin friction values are applicable for portions of the piers extended below the minimum penetration recommended for each stratum. No portion of the pier surface area above the minimum penetration should be counted on to provide shear (skin friction) resistance. At some locations, more than 10 feet of weathered limestone overlies the unweathered limestone. At these locations, piers may be supported within a combination of either the tan, weathered limestone or unweathered, gray limestone. This can generally be accomplished in the field by specifying on the pier schedule "x feet into weathered limestone or y feet in unweathered limestone, whichever occurs first". Piers proportioned in accordance with these allowable bearing and skin friction values will have a minimum factor of safety of three considering a shear or plunging failure. The weight of the pier concrete below final grade may be neglected in determining foundation loads. Properly constructed piers should not undergo post -construction settlement in excess of 1 /4 inch. Piers will be subjected to uplift associated with swelling within the upper clays. The piers should contain reinforcing steel throughout the pier shafts to resist the tensile uplift forces. Reinforcing requirements may be estimated based on an uplift pressure of 1.0 kips per square foot (ksf) acting over the top 4 feet of pier surface area. The recommended uplift value is considered a working load. Appropriate factors of safety should be applied in calculating the percent of reinforcement. "Mushrooming", or widening of the upper portion of the pier shaft, will significantly increase the uplift pressure from the upper clays. "Mushrooms" should be removed from the piers prior to backfill operations. Project No. 21163 - 9 - July 12, 2016 FREED ErlCS1MEEFlIMM G FR O lJ F- I Pier excavations should be dry and free of deleterious materials prior to concrete placement. In no case should the pier shaft excavations remain open for more than six hours prior to concrete I placement. Continuous observation of the pier construction by a representative of this office is recommended. Observation is recommended to confirm the bearing stratum and that the excavations are dry prior to placement of concrete. Laterally -Loaded Piers It is anticipated that the piers may be evaluated for lateral loading. L-Pile software is frequently used for the analysis and design of piers subject to lateral loads. Geotechnical input parameters for L-Pile analysis are provided in Table 3 below. Project No. 21163 - 11 - July 12, 2016 REEL? ErlaIrlEEFIIrIG GF•iMLJF- Grade Beams Grade beams should be constructed with a minimum void of 4 inches (approximately Factor of Safety of 1.3) beneath them. Grade beams cast directly on top of weathered limestone will not require a void. A void is recommended to limit potential foundation movements associated with swelling of the underlying soils. The void can be created below grade beams by use of wax -impregnated cardboard forms Retainer boards along the outside of the grade beam will not be necessary. Grade beams should be double -formed. Earth -forming of beams below ground is not recommended because of the inability to control the beam excavation width. Fill on the outside of perimeter grade beams should be placed in a controlled manner. Backfill should consist of site -excavated clays, or equal, placed and compacted in accordance with the Earthwork section. If bedding soils must be used adjacent to the perimeter of the buildings, the clay/bedding soil interface should be sloped to drain away from the buildings. Compaction criteria are included in the Earthwork section. Floor Slabs Potential movements associated with heave from a dry condition to a moist condition are estimated to be on the order of one to three inches, dependent upon location and thickness of clay. Additional movement is possible if the clays become saturated, such as can happen from utility leaks and excessive ponding of water adjacent to the perimeter walls. Project No. 21163 - 13 - July 12, 2016 REEL] EMM1rlEERIr10 G Fd L] UP The most economical way of limiting the potential for post -construction floor movement, and the most positive from a design perspective, is to reduce the potential for heave -related movement prior to construction of the floors. This can be accomplished by mechanically excavating the upper soils, mixing the soils with water, then recompacting the soils at an elevated moisture in controlled lifts. f The excavation and recompaction depths for each of the buildings are identified in Table 4. All excavation depths are based on the finished floor elevation for each specific building. TABLE 4. BUILDING DESIGNATION AND SUBGRADE MODIFICATION Approximate Cut Minimum Depth of and Fill to Excavation Below Building Nod Finished Floor Achieve Finished Finished Designation Elevation Subgrade Subgrade (Elev.) Building 1, Retail 3 852.25 1 to 6 Feet of Fill 4 Feet (848.25) Building 2, DSW 852.25 2 to 5 Feet of Fill 4 Feet (848.25) Building 3, ULTA 852.25 2 to 5 Feet of Fill 6 Feet (846.25) Building 4, Ross 852.25 0 to 4 Feet of Fill 4 Feet (848.25) Building 5, Lane Bryant 852.25 0 to 2 Feet of Cut 2 Feet (850.25) Building 6, Retail 1 852.25 2 Feet of Cut 0 Building 7, 5 Below 852.25 3 to 5 Feet of Cut 0 Building 8, Dick's 852.75 4 to 10 Feet of Cut 0 Building 9, Retail 2 852.25 6 to 9 Feet of Cut 0 Building 10, Maurice's 852.25 5 to 6 Feet of Cut 0 Building 11, Michaels 851.75 2 to 5 Feet of Cut 0 Building 12, Marshalls 850.75 0 to 3 Feet of Cut 0 TABLE 4. Project No. 21163 - 15 - July 12, 2016 FiEEn EMMIrIEEF:IrlM GF70LJF- Experience has shown comparable performance for either of the recommended surface treatments. This method of pre-wettinsz the soils is not effective unless the water is uniformly blended with the soil. Simply wetting the surface of the soil will not achieve the required result. General procedures are as follows. 1. Strip vegetation and dispose of the organic materials in accordance with the project specifications. 2. Excavate the building footprints to the elevations shown in Table 4 above. Extend the footprint of the excavated area a minimum of 5 feet beyond the general building lines and a minimum of 10 feet beyond entrances. 3. Scarify the exposed subgrade to a depth of six inches, water as necessary and recompact to the density and moisture recommended in the Earthwork section. Scarification of competent limestone is not necessary. 4. Compact site -excavated soils in lifts as outlined in the Earthwork section to the subgrade required for the desired moisture cap. Place and compact soils in accordance with recommendations in the Earthwork section. • Note: If insufficient on -site fill exists to achieve the proposed subgrade for the "select" fill or flexible base options, all imported fill for use below the buildings should consist of "select" fill, flexible base, or approved common fill. Balance on -site soils to provide a uniform thickness of "select" fill or flexible base. 5. Place and compact the surface moisture barrier, consisting of either: ■ 12 inches of "select" fill; or • 6 inches of flexible base. Placement recommendations for "select" fill and flexible base are included in the Earthwork section. Project No. 21163 - 17 - July 12, 2016 REED FEE rlGIr1EEF Ir1G CG Fi O LJF- A minimum 10-mil thick polyethylene sheet is recommended below the floors to limit migration of moisture through the slabs from the underlying soils. This is of particular importance below sections of the floors covered with carpeting, paint or tile. Penetrations and lapped joints should be sealed with a waterproof tape. Retaining Walls Lateral earth pressures against retaining walls will be a function of the backfill within the "active zone" of earth pressure. The "active zone" can be estimated as an included angle of 38' from the vertical, extended upward from the base of the wall. Considering backfill using site -excavated materials, lateral earth pressures can be estimated based on an equivalent fluid pressure of 55 pounds per cubic foot (pcf) for active conditions, or 75 pcf for at -rest conditions. Rotation, or lateral movement on the top of the wall, equal to 0.02 times the height of the wall will be necessary for on -site soil backfill for the "active" condition. Alternatively, imported "select" fill may be used as backfill in the active zone. Considering "select" fill, lateral earth pressures can be estimated based on an equivalent fluid pressure of 40 pcf, active conditions, or 60 pcf at -rest conditions. Lateral movement of the top of the wall equal to 0.001 times the height of the wall will be necessary for the "active" pressure condition for "select" fill backfill. Project No. 21163 - 19 - July 12, 2016 REEL] Er1GIr1EEF4Ir1G GFiC]LJF- Earth slopes greater than eight feet in height should be evaluated for global stability. This also i applies to slopes combined with retaining walls that have a combined height in excess of eight feet. Global stability analysis was not within the scope of the present investigation. This office can assist in the analysis if desired. All constructed slopes should be vegetated as soon as hpossible. Use of erosion control fabric is recommended during vegetation of the slopes. Detention Pond It is understood that a detention pond will be constructed in the area of Boring 46. The depth of the proposed detention pond is currently unknown. Based on the conditions encountered in the boring within the detention pond area, the bottom of the proposed detention pond will likely be in tan/gray limestone. It is recommended that a slope of 3H: IV be used in the detention pond. To eliminate the need for a slope stability study, it is also recommended that, where the slopes in the ponds are in excess of 8 feet tall, the slopes in the clay be no steeper than 4H:IV. This office can assist the Civil Engineer in identifying how to accomplish this, if desired. If it is necessary to limit seepage from the pond, such as for a water feature, a minimum two -foot thick clay liner should be constructed. Site excavated clay may be used for the liner provided that that it does not contain more than 20 percent material larger than the No. 40 sieve. Limestone fragments larger than six inches should be removed or broken down prior to use as fill for the liner. Fill should be placed and compacted in accordance with the Earthwork section. Project No. 21163 - 21 - July 12, 2016 FREEn ErlGIrlEaFRIrlM G Fi OLJP Proper backfilling around the building perimeters will reduce the potential for water seepage beneath the structures. Fill against the perimeter of the foundation should consist of site - excavated clays, or equal, placed and compacted in accordance with the recommendations outlined above. "Select" fill is defined as uniformlv blended clayey sand with a Plasticity Index (PI) of between 4 and 15. Select fill should be placed in maximum 8-inch loose lifts and compacted to at least 95 percent of the Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. Flexible base for use below the building slab is defined as crushed stone or crushed concrete meeting the requirements of the 2004 Edition of TxDOT, "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges", Item 247 Grade 2, Type A (crushed limestone), or Type D (crushed concrete) or better. Flexible base should be compacted to a minimum of 95 percent of Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. The select fill or flexible base should be placed within approximately seven working days over the reworked subgrade to limit moisture loss within the underlying soils. Site -excavated limestone fill may be used in lieu of clayey sand as "select" fill. Limestone fill should be placed in maximum loose lifts of 9 inches and compacted to at least 95 percent Standard Proctor. All limestone fragments larger than six inches should be broken down or removed from the fill prior to compaction. Limestone placed within six inches of the final grade should be reduced in size to three inches or less. Project No. 21163 - 23 - July 12, 2016 FiEEn EMCSIMEERIr1G G Fa OLJ P Pavements should be lightly reinforced to control shrinkage cracks. Reinforcing should consist of 1 the approximate equivalent of #3 bars (metric #10) at 24 inches on -center. The specific amount of steel should be determined based on spacing of expansion, construction and contraction (saw) joints. Pavement sections should be saw -cut at an approximate spacing in feet of 2.5 to 3 times the pavement thickness expressed in inches, not to exceed a maximum spacing of 20 feet. (For example, a 5-inch pavement should be saw -cut in approximate 12.5- to 15-foot squares.) The actual joint pattern should be carefully designed to avoid irregular shapes. Recommended jointing techniques are discussed in detail in "Guide for Design and Construction of Concrete Parking Lots," published by the American Concrete Institute3. The above sections are based on the stated analysis and traffic conditions. The pavement designer, typically the Civil Engineer, should review the anticipated traffic with the building owner or end user. If the anticipated traffic will vary from the stated values above, this office can provide alternative sections upon request. Additional thickness or subgrade stabilization may be required to meet the City of Fort Worth development code. 3 "Guide for Design and Construction of Concrete Parking Lots" (1987). American Concrete Institute, Publication MSP 34, Silver Spring, MD. Project No. 21163 - 25 - July 12, 2016 McPHERSON RD. di B•36 iB-37 8-26 1$ B-28 B-1 co rn BLDG. 1*6-Z B-38i bLDG.BLDG. BLDG.2 !ir'II' I22 23I m m B-3 BLDG. 3 , B-4 8 5 4� B-39 B-24 B-25 N N BLDG.4 � B-s h-T II , II° !�!•, h BLDG-BLDG. , -2428I Jg.3040cc o 0 6-31416� BLDG. 4PLDG.6— B40 _ .I B•32 'BLDG.? B-9 841 13-42 B-43 * B-44 -. . BLDG.8 8-15 610 B-11 ,B-12 N Q�(�� *B-19; �iB-21 BLDG. 9 B 14 p Q m m m +13461 * 8-1,3 *8-45 in ccO m8-20 I$IB-16 B-33 i � B-34 C9 � B-35 m 77LJ f 0 100, 200' 400' cwaa�u,n PLAN OF BORINGS Retail Restaurant Buildings Chisholm Trail Pkwy. & McPherson Rd. Fort Worth, Texas Project No. 21163 PLATE 1 0 REED ENGINEERING GROUP Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed 6/10/2016 Fort Worth, Texas U ^ 0 Depth a E a (ft) rn m a (a DESCRIPTION OF STRATA / CLAY, dark brown, very stiff, w/trace of medium sand & calcareous concretions (CH) CLAY, yellowish -brown, w/limestone tan seams (CL) 5= 7 LIMESTONE, tan, hard to very hard, weathered 10 � F.: LIMESTONE, gray, very hard 15 Total Depth = 15 feet Seepage encountered @ 4-1/2' during drilling. Water @ 5' after 5 minutes. Water @ 4' & blocked @ 11-1/2' @ end of day. Water @ - 4-1/2' & blocked @ 9' on 6/13/2016. 20 — 25- 30 — BORING LOG B-02 Location: See Plate S'tanaara Venetratlon I ests Blows per Foot - 10 20 30 40 50 60_ Pocket Penetrometer Readings Tons Per Sq. Ft -)K 1 7 q a 4.5+ 4_5++ Water: e el on . �/2. Seepage during drilling: _ ibo ]3i iws = !/2:inch 1D0$Idws:= 3/2:indh t Elev, (ft) O'JU 846 841 838 PLATE 3 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP ' Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/9/2016 Fort Worth, Texas Location: See Plate Jtandard Penetration ie5t5 - Depth a �. o a o Blows per Foot - �o zo 3o ao so so (ft) m aa, � m J DESCRIPTION OF STRATA Pocket Penetrometer Readings in Tons Per Sq. Ft. - )K 1 2 4 4 4.5� a., ++ dark brown, stiff to hard, w/trace of calcareous nodules & . ! Of, organic organic debris (CH) is WaieT leurei 0/10/2016 CLAY, brown, very stiff, w/some limestone pieces (CL) . • • . . e during drilling: 5---- _ LIMESTONE, hard to very hard, weathered 100 Blbws = 1-1/2 inches 10— 1- — — 1L ' 1a0$Idws.= 1/2'indh _ Total Depth = 15 feet _ Seepage encountered @ 5' during drilling. Water @ 3' after 5 minutes. Water @ 3' & blocked @ 10' @ end of day. Water @ 3' & - blocked @ 10' on 6/10/2016. 20- 25- 30 — } Elev (ft) 040 844 839 BORING LOG B-04 PLATE 5 GEOTECHNICAL CONSULTANTS -- REED ENGINEERING GROUP Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed. 6/10/2016 Fort Worth, Texas .-. U_ Depth (a- o L a a (ft) m �aQ E� to C7 %. 20 — 25 — 30 — DESCRIPTION OF STRATA CLAY, dark brown, very tiff, w/trace of medium sand & calcareous concretions (CH) -w/limestone gravel below 3' LIMESTONE, tan, hard to very hard, weathered LIMESTONE, gray, very hard Location: See Plate Standard Penetration I ests Blows per Foot ED - 10 20 30 40 50 60 Pocket Penetrometer Readings Tons Per Sq. Ft. - X r 10Q Blowy 1 inch [ Water:level on 6/16/2016 — 100 Blows =1-1/2:inches 1D0$IQws.= 1/2:indh Total Depth = 15 feet Dry after 5 minutes. Water @ 12' & blocked @ 12-1/2' @ end of day Water @ 5' & blocked @ 10-1/2' on 6/13/2016. Elev (ft) 031 848 847.5 839 BORING LOG B-06 PLATE 7 GEOTECHNICAL CONSULTANTS --- REED ENGINEERItiG GROUP Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/9/2016 Fort Worth, Texas Location: See Plate 1 Stanaard Yenelration i ests -i Depth E �-- o o 10 Blows per Foot - 20 30 40 50 60 Elev. (ft) m m a) Cr J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U) `. (j Tons Per Sq. Ft. - * 2 4 4-1+ 4.1++ CLAY, dark brown, very stiff, w/trace of calcareous nodules (CH) � LIMESTONE, tan, hard to very hard, w/clay seams, weathered 851 5— — Z LIMESTONE, tan, hard to very hard, weathered 848 1DO bItiws = 1/2'indh 10— — LIMESTONE, gray, very hard Z Water:levEl on 6/1b/2b16 842 ' 15— — i 1DO lows/2:inch Total Depth = 17 feet 20— Dry after 5 minutes. Dry & blocked @ 15-1/2' @ end of day. Water @ 12-1/2' & blocked @ 15' on 6/10/2016. 25 — 30 — BORING LOG B-08 PLATE 9 GEOTECHNICAL CONSULTANTS -- REED ENGINEERING GROUP Retail/Restaurant Buildings : Project Number 21163 Chisholm Trail Parkway and McPherson Road Date Completed 6/10/2016 Fort Worth, Texas Location: See Plate 1 I t Standard Penetration i ests ' N Depth E .-. o I °o Blows per Foot - ED to 3o ao so Eft) (ft) m N a J DESCRIPTION OF STRATA Pocket di Pocket Penetrometer Readings (ft) to Tons Per Sq. Ft. - )K 1 9 �, 4 4-5+ 4-y++ _ CLAY, dark brown, very stiff, w/trace of calcareous concretions (CL) -- /I 5— CLAY, light brown, hard, w/some limestone gravel (CL) 857.5 -- t Waterlevel on 10/2016 LIMESTONE, tan, hard to very hard, weathered 855.5 100$Idws; a/2'ind'h �; = S�epag2 d6ririg drilling 10— 1 15 LIMESTONE, gray, very hard, w/some gray shale seams 900 Blows =.1 in gqg 7 0Q Brows = 1 inch 20 - - Total Depth = 19 feet Seepage encountered @ 10' during drilling. Water @ 13' after 5 minutes. Water @ 15' & blocked @ 17' @ end of day. Water @ 6-1/2' & blocked @ 13' on 6/10/2016. 25 — 30 — BORING LOG B-10 PLATE 11 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUT? Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/14/2016 Fort Worth, Texas Location: See Plate 1 Standard Penetranon i ests Blows per Foot - Depth (ft) N E °o Q J DESCRIPTION OF STRATA 10 20 30 40 50 60 Pock Peneter rometerReadings Elev, (ft) Cl) Tons 1 Y d 1 / CLAY, brown, very stiff, w/trace of calcareous concretions (CH) db I w/limestone gravel @ 2' 859 jCLAY, light brown, very stiff, w/some limestone gravel (CL) - 858 H 5 LIMESTONE, tan, hard to very hard, weathered - 100 Blbwt;-.1-1/2.incheS _ 856.5 t Waterlevel on 6/15/2016 10 100 Blows = 1 iinC6 15 LIMESTONE, gray, very hard _ 100 Blows = 1 inch - 846.5 100 Blows = 1 inch 20 - Total Depth = 19.5 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. Water @ 8-1/2' & blocked @ 16' on 6/15/2016. 25-, 30 - BORING LOG B-11 PLATE 12 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP ' Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/9/2016 Fort Worth, Texas Location: See Plate 1 standard Yenetrallon tests Depth - a Blows per Foot - to zn sp ao so so Elev. E (ft) m a) a fu _J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ff) to 't (? Tons Per Sq. Ft - )K 2 -q 4 4-5+ 4}++ 1 CLAY, dark brown, very stiff, w/trace of organic debris & calcareous uou o nodules (CH) jCLAY, yellowish -brown, very stiff, w/some limestone gravel (CL) 857 5— LIMESTONE, tan, hard to very hard, weathered — 855.5 100 I lawn= 8 inches is Water:IeVel on 6/10/2016 10 -w/gray shale seams below 10' 850.2 15 c a06 BI'oA ==2-i/2�inc6S Total Depth = 16 feet Dry after 5 minutes. Water @ 13-1/2' & blocked @ 14-1/2' @ end of day. Water @ 8' & blocked @ 13-1/2' on 6/10/2016. 20 — 25 — 30 — BORING LOG B-12 PLATE 13 GEOTECHNICAL CONSULTANTS REEL] ENGINEE I G Gl�llP ., Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed' 6/13/2016 Fort Worth, Texas Location: See Plate 1 61andarci Yenetraion Iests n o o ) Blows per Foot - ED Depth E e -a a o DESCRIPTION OF STRATA io zo so ao sa sa Elev. (ft) m N o —t PocketTons Ptrom ter Readings (ft) 1 ,A A A S+ A„S++ / CLAY, dark brown, very stiff, w/trace of calcareous nodules (CH) . 6106 CLAY, light brown, very stiff to hard (CL) 861 5 — /// LIMESTONE, tan, hard to very hard, weathered 857 10 I _ \I 1 LIMESTONE, gray, very hard 852.5 1 J 100 Wows 1 i]ricM Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 13' @ end of day. Dry & blocked @ 15-1/2' on 6/14/2016. 20 — 25 — 30 — BORING LOG B-13 PLATE 14 GEOTECHNICAL CONSULTANTS — REED ENGINF$%V? Project Number 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed. 6/13/2016 Fort Worth, Texas Depth (ft) 5— 10- 15 20 — �- _0 0. -.1 8-1'E p 0 C DESCRIPTION OF STRATA tE CL r CLAY, dark brown, hard, w/trace of calcareous concretions (CH) /f CLAY, light brown, very stiff to hard, w/trace of calcareous // concretions (CL) -w/limestone gravel LIMESTONE, tan, hard to very hard, weathered .:�T] LIMESTONE, gray, very hard 25— Total Depth = 23 feet Dry after 5 minutes. Dry & blocked @ 21-1/2' @ end of day. Dry & blocked @ 23' on 6/14/2016. 30 — BORING LOG B-14 Location: See Plate 1 6tandara Penetration 1 e5ts ' Blows per Foot - 10 20 30 40 50 60 Elev Pocket Penetrometer Readings (ft) Tons Per Sq- Ft- - * 1 2 9 4 4-9+ 4.+++ l tl�t5 856 r. 853 851 ? OQ Blbws =' 2-1/2 ;incleg } 100 Bfows 1 inch 840 100 Bloyvs = 2 inches PLATE 15 GEOTECHNICAL CONSULTANTS -- REED ENGINEERING Retail/Restaurant Buildings GROUP Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed 6/13/2016 Fort Worth, Texas Location: See Plate 1 r ' Standard Penetration I ests Blows per Foot - Depth a E (ft) C8 a'I o. L) -o a 2 J DESCRIPTION OF STRATA 10 20 30 4n 50 60 Elev. Readings (ft) PocketTons Sq. CLAY, dark brown & reddish -brown, very stiff to hard, w/trace of 7etrometerer 7 4 G 4..5+ 4.5++. 1 1 ab i calcareous nodules & coarse sand (CL) 5 LIMESTONE, tan, hard to very hard, weathered 852 S100$16ws ?/2indh 10- LIMESTONE, gray, very hard . . . 840 i0d BIDws = 1-1/2:inches 20- - } 1 ?00 BI"ow8=.1-1/2.inche5 25- Total Depth = 23 feet Dry after 5 minutes. Dry & blocked @ 22' @ end of day. Dry & blocked @ 23-1/2' on 6/14/2016. BORING LOG B-15 PLATE 16 GEOTECHNICAL CONSULTANTS REED ENGINEERING _ GROUP ' Retai I/Restau rant Buildings Project Number; 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/14/2016 Fort worth, Texas Location: See Plate 1 btandard Penetration i ests ' Depth a °a to Blows per Foot - zo 30 ao so so Elev. (ft) m Q P J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) to „ (D Tons Per Sq. Ft - )K .� 4 4.5+ 4 ,5— / CLAY, brown, very stiff, w/some limestone gravel (CH) =4 -w/limestone gravel from 1.5' to 3' 852.5 / CLAY, light brown, very stiff, w/some limestone gravel (CL) 851 5— LIMESTONE, tan, hard to very hard, weathered 849.5 - 1 10 -w/severely weathered limestone seam @ 9' 845 F 100 Bliows 1f2 inch 15— — 100 Blows = 1 inch 20 LIMESTONE, gray, very hard 834 100 B(o%Ws = 1 inch K Total Depth = 25 feet Dry after 5 minutes. Dry & blocked @ 22-1/2' @ end of day. Dry & blocked @ 22-1/2' on 6/15/2016. 30 — BORING LOG B-16 PLATE 17 GEOTECHNICAL CONSULTANTS - Project Number 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed 6/13/2016 Fort worth, Texas U Depth E - a O M 2 a (ft) Co 0 to 67� 15- 1 20 25-- 30- DESCRIPTION OF STRATA CLAY, dark brown, very stiff to hard, w/trace of medium sand & calcareous concretions (CH) LIMESTONE, tan, hard to very hard, weathered LIMESTONE, gray, very hard Total Depth = 20 feet Seepage encountered @ 18' during drilling. Water @ 11' after 5 minutes. Water @ 11' & blocked @ 19' @ end of day. Water @ 12' & blocked @ 14-1/5' on 6/15/2016. BORING LOG B-17 REED ENGINF�%I .G Location: See Plate 1 Standard Penetration I ests Blows per Foot ED - 10 20 30 40 50 60 Elev, Pocket Penetrometer Readings (ft) Tons Per Sq. Ft. -',K .7 .7 a 4.5+ 4..5++ 1 'AC 65l - I DO Maws: 2 inichets 848 - 100 Blawsi= iniches t: Water:Ievel pn 6/15/2p16 106 Blows 1 inch 834 Seepage during drilling; 100:13Idws= 1/2'inch PLATE 18 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP ' Project Number 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed : 6/14/2016 Fort Worth, Texas Location: See Plate 1 Standard Penetration I ests a -.1 Q Blows per Foot - Depth E 0 o DESCRIPTION OF STRATA to so ao so so Elev. (ft) m 2 o J Pocket Penetrometer Readings (ft) U " C7 Tons Per Sq. Ft -',K ? 4 4 S+ 4.+++ _ / CLAY, brown, very stiff to hard, w/trace of limestone gravel (CH) 04o CLAY, light brown, very stiff to hard, w/trace of limestone gravel (CL; 845 - / 841.5 _ LIMESTONE, tan, hard to very hard, weathered 75 100 B[oWG 1 ittch 10— — 106 Blows 1 inch 15— — LIMESTONE, gray, very hard 831.5 20 — — �� - V0BIows= 1/2:indh . Total Depth = 21.5 feet Dry after 5 minutes. Dry & blocked @ 20' @ end of day. Dry & 25— blocked @ 20' on 6/15/2016 30 — BORING LOG B-18 PLATE 19 GEOTECHNICAL CONSULTANTS E Project Number 21163 Retail/Restaurant Buildings REED ENGIN G Chisholm Trail Parkway and McPherson Road Date Completed 6/14/2016 Fort Worth, Texas Location: See Plate 1 Sianaara Penetration I ests v Blows per Foot - Depth E o -o a o DESCRIPTION OF STRATA to zo 30 qo so so Elev. (ft) M N 2 P � PocketTons Ptrometerer Sq. Ft R tidings (ft) / CLAY, brown to dark brown, very stiff (CH) 1 64o -� GRAVELLY CLAY, light brown, very stiff (GC) 846.5 5— _ LIMESTONE, tan, hard to very hard, weathered 842 ' 1 - 10—. 2 100 Blows 1 inch i 110 Blows = 1 1/ inch: 15- LIMESTONE, gray, very hard 831 20 — — 1 Ot) Brow; =;1 iOch Total Depth = 22 feet 25— Dry after 5 minutes. Dry & blocked @ 21' @ end of day. Dry & blocked @ 20' on 6/15/2016. 30 — } BORING LOG B-19 PLATE 20 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed: 6/14/2016 Fort Worth, Texas Location: See Plate otandara h'enetration i ests L) I Blows per Foot - Depth a a o DESCRIPTION OF STRATA 10 20 30 40 50 60 (ft) Em N o J Pocket Penetrometer Readings to (D Tons Per Sq. Ft - 31E CLAY, brown, very stiff to hard, w/trace of limestone gravel (CL) f LIMESTONE, tan, hard to very hard, weathered 106 Blows =:1 incb 5— — — 100 Blows:= inches VVater:level pn 6/15/2p16 10— — — 1D0$low3= 9/2:inch LIMESTONE, gray, very hard 15� — — 00 Blows 1 inch 20 — Total Depth = 19 feet _ Dry after 5 minutes. Dry & blocked @ 18' @ end of day. Water @ 9' & blocked @ 15' on 6/15/2016. 25 — } 30 — Elev. (ft) 644 841 830 BORING LOG B-20 PLATE 21 GEOTECHNICAL CONSULTANTS -- REED ENGINEGi�l�N Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/15/2016 Fort worth, Texas Location: See Plate 1 t ' btandard Penetration I ests Blows per Foot - " Depth 7 p E tz o (ft) E J DESCRIPTION OF STRATA �o zo ao 4o so so Pock ter Readings Elev. (ft) Tons Ptromer o CLAY, dark brown, hard, w/trace of calcareous concretions & fine ?, d 4.. + 4 S++ ? cs4o sand (CH) E GRAVELLY CLAY, light brown, hard to very stiff (GC) 843.5 X 1003Bt4uv 1/2:inGh 5_ LIMESTONE, tan, hard to very hard, weathered _ 840.5 10 106 Blows = 1 inch 15 100 Slows = 2 inches �i LIMESTONE, gray, very hard 827 20— 100 Blbw�=.1-1/2,inches 25_ Total Depth = 23 feet Dry after 5 minutes. Dry & blocked @ 22' @ end of day. Dry & blocked @ 20' on 6/15/2016. 30 — BORING LOG B-21 PLATE 22 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number 21163 Chisholm Trail Parkway and McPherson Road Date Completed : 6/7/2016 Fort Worth, Texas Location: See Plate 1 5tanaara renevavon I ests �-• c� Depth a o to Blows per Foot - ED zo 30 ao sa so Elev (ft) m a FO J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) rn t. (D Tons Per Sq. Ft -)K A 4 5+ 4.5++ - dark brown, brown, very stltt, witrace of calcareous 1 1 ! - 60z OfCLAY, concretions, medium sand & gravel (CH) LIMESTONE, tan, hard to very hard, weathered 850 :Water level nn.6/9/2016: 100 glows:= 2 inbhes 5— 100 PIgws = ? /2'ingh 10— - — LIMESTONE, gray, very hard 842 -w/tan limestone seam @ 12' 840 1b0$laws= 9/2:inch 15— — } �- 10(3 Blows =.1 inch ti— 20— Total Depth = 18 feet } Dry after 5 minutes. Water @ 13-1/2' & blocked @ 15' @ end of day Water @ 3-1/2' & blocked @ 10-1/2' on 6/9/2016. _ I 25 — 30 — BORING LOG B-22 PLATE 23 GEOTECHNICAL CONSULTANTS — REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number 21163 Chisholm Trail Parkway and McPherson Road Date Completed 6/14/2016 Fort Worth, Texas Location: See Plate 1 a otandard Penetration I ests Blows per Foot -® ' Depth E (ft) a O m a a J DESCRIPTION OF STRATA 10 20 30 40 s0 60 Pock ter Readings Elev. (ft) (n Tons Ptromer / CLAY, brown, very stiff, w/trace of calcareous nodules (CH) _ a a a-S+ 4_.5++ 601 LIMESTONE, tan, hard to very hard, weathered 850 1 - 5 -w/light brown clay seam from 4' to 5' — 847 — _ 10 100 Blows = 1 c6 1 15 106 Bf w; _ 1 ytch LIMESTONE, gray, very hard 835.5 20�� 100 Blows = 1-1/2:inches — Total Depth = 20.5 feet Dry after 5 minutes. Dry & blocked @ 18' @ end of day. Dry & blocked @ 17' on 6/15/2016. 25- 30 — BORING LOG B-23 PLATE 24 GEOTECHNICAL CONSULTANTS — REED ENGINEERING GROUP Project Number : 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed: 6r7/2016 Fort Worth, Texas Location: See Plate 1 btanoard Penetration I ests o Blows per Foot - Depth 1 a, a o DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev (ft) fn �' PocketTone Per Sq. Ft Readings (ft) 1 CLAY, dark brown, very stlft, w/trace of calcareous nodules & gravel tl�� o (CH) Wat Cleveli�ni61912016 LIMESTONE, tan, hard to very hard, weathered : : S, age during drilling 850.5 100 Blows:= 2 iniches 5— — 10— LIMESTONE, gray, very hard — 843 15— — — Total Depth = 17 feet 20— Seepage encountered @ S during drilling. Water @ 2' after 5 minutes. Water @ 2' & blocked @ 14-1/2' @ end of day. Water @ 2-1/2' & blocked @ 6-1/2' on 6/9/2016. 25 — 30 — } BORING LOG B-24 PLATE 25 GEOTECHNICAL CONSULTANTS REED ENGINEERIKG GROUP Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/14/2016 Fort worth, Texas Location: See Plate 1 v ° 'Standard Penetration i ests Blows per Foot - 93 Depth a O E o o (ft) N 2 P J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) tm Tons Per Sq. Ft. - )K 7 4 4 4_5+ 4.5++ CLAY, brown, hard, w/trace of calcareous nodules (CH) 1 ebL r LIMESTONE, tan, hard to very hard, weathered 850.5 ^ 1 DO Blows:2 inches 5- - - szi 104 Blow; -"I inch 10- _ 190$Idw§ 1/2'indh 15- - LIMESTONE, gray, very hard 10081ows= 9/2iinch 835.5 20 - 106 Blows = 1 incb Total Depth = 21.5 feet Dry after 5 minutes. Dry & blocked @ 19' @ end of day. Dry & 25- blocked @ 18' on 6/15/2016. 30 - BORING LOG B-25 PLATE 26 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 5/31/2016 Fort worth, Texas Location: See Plate 1 6tandard Penetration i e515 ' Depth a o a Blows per Foot - 10 20 30 40 50 60 Elev E o a m c (ft) c6 a)CY J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) U) Tons Per sq. Ft. -)K 1 2 4 4 5+ 4.5++ Af CLAY, dark brown, stiff, wArace of gravel (CHy l & limestone R B1Qws =:5 1/2;intitet G'+D 844.5 LIMESTONE, tan, hard to veryhard, wlcia seams Y == ate€ level an',fi{'s41�Q16; gravel, weathered 5—� — 100 Blows:= 2 inchis 100 Bhows = 1 inch 10� LIMESTONE, gray, very hard, w/gray shale seams 835 j06 136ws=7-1/2 incbes Total Depth = 15 feet Dry after 5 minutes. Dry & blocked @ 14-1/2' @ end of day. Water @ 6" & blocked @ 1 Von 6/2/2016. 20 — 25- 30 — BORING LOG B-26 PLATE 27 GEOTECHNICAL CONSULTANTS Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed: 5/31/2016 Fort Worth, Texas Depth E 1 L) -c o (ft) m 2 o _J to ` (D DESCRIPTION OF STRATA CLAY, dark brown, very stiff, w/trace of medium sand (CH) CLAY, light brown & yellowish -brown, hard (CL) 5-7 LIMESTONE, tan, hard to very hard, weathered 10 LIMESTONE, gray, very hard 15 . I 20 — Total Depth = 19 feet Dry after 7 minutes. Dry & blocked @ 18' @ end of day. Water @ 1' & blocked @ 12' on 6/2/2016. 25— In _ BORING LOG B-27 REED EHGIN IB I G Location: See Plate 1 dtandara Penetration I ests - Blows per Foot ED - 10 20 30 40 50 60 Elev, Pocket Penetrometer Readings (ft) Tons Per Sq. Ft. - X 1 9 .4- 4 4,5+ 4.5++ t Water level ion 6/2/2016: 843 840.5 100 Blows = 1-1/2inchea 831.5 1011 Blpwg=:1-1/2:inore$ 90Q Blow$ = 1-1/2:inolte$ PLATE 28 GEOTECHNICAL CONSULTANTS - REED ENGINEERING GROUP Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed: 6/14/2016 Fort worth, Texas Depth (ft) i 5= 11 o o L Q E Ua a o Q0J DESCRIPTION OF STRATA U) / CLAY, dark brown, very stiff, w/trace of calcareous (CH) CLAY, light brown & reddish -brown, very stiff, w/some limestone gravel (CL) — � CLAY, light brown, stiff to very stiff, w/some gravel (CL) CLAY, light brown, hard, w/some limestone gravel (severely weathered limestone) (CL) 10 1 i CLAY, brown to dark brown, very stiff to hard (severely weathered shale) (CH) 15— / CLAY, brown, hard, w/trace of calcareous nodules / (severely weathered shale) (CH) 20 SHALE, dark gray, soft 2` 7 Total Depth = 25 feet Seepage encountered @ 3' during drilling. Water @ 3-1 /2' after 5 minutes. Water @ T & blocked @ 15' @ end of day. Water @ 4' & - blocked @ 13-1/2' on 6/15/2016, 30 — BORING LOG B-28 Location: See Plate 1 S[anoaro rene[ration i es[s Blows per Foot - 10 20 30 40 50 60 Elev Pocket Penetrometer Readings (ft) Tons Per Sq. Ft - )K j2 4.5+ 4.5t+ 1 - - . u3r 835.5 { : 5 epa d0drig drilling' i; W�teril I gn 6/15/2016 832.5 830 825 = 819 814 PLATE 29 GEOTECHNICAL CONSULTANTS Project Number 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed - 6/1/2016 Fort Worth, Texas N U Depth cL o a a (ft) m 22 `6 (n — (� 5- 75 20- 25- 30 - DESCRIPTION OF STRATA r• SANDY CLAY, dark brown, yellowish -brown & brown, very stiff, w/some gravel (CL) LIMESTONE, tan, hard to very hard, weathered -w/limestone boulders @ 3.5' LIMESTONE, gray, very hard Total Depth = 15 feet Seepage encountered @ 2' during drilling. Water @ 4' after 5 minutes. Water @ T & blocked @ 13-1/2' @ end of day. Water @ 4-1/2' & blocked @ 8' on 6/9/2016. REED ENGIN E�%G Location: See Plate ' otandard i'eneiration i ests Blows per Foot - 93 10 20 30 40 50 60 Pocket Penetrometer Readings Tons Per Sq. Ft. - )K 3 3 4 4..5+ 4.,5++ See ' dtj ng drilling t :Water level pn6/9/2016: 100 BlbWg=.1-1/2:inche5 1a0Bldws..= 1/2:indh Elev. (ft) 64a 841.5 841.4 835 BORING LOG B-29 PLATE 30 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP ' Retail/Restaurant Buildings Project Number : 21163 Chisholm Trail Parkway and McPherson Road Date Completed 5/31/2016 Fort Worth, Texas Location: See Plate 1 • c g 'Stanoaro Penetration I ests Blows per Foot - ' Depth E (ft) N - a °o Q J DESCRIPTION OF STRATA to zo so ao so sa Pocket Penetrometer Readings Elev. (ft) U) (j Tons Per Sq. Ft. - )K ` 1 4 4-,5+ 4-G/*+. / / / CLAY, dark brown, very stiff, w/trace of calcareous concretions (CH) - OJ t CLAY, light brown, hard, w/limestone (CL) ?00 B€'=.4-I/2:inc. . . 849.5 849.3 -w/limestone, light brown is W ateF level on fit 16' � 5 -� i - I LIMESTONE, tan, hard to very hard, weathered 843.5 - i 100 Blckvs:= 3 inch6s 10— i — 15� LIMESTONE, gray, very hard 837 1 1D0810ws= 1/2:inoh 20- - Total Depth = 19 feet Dry after 7 minutes. Dry & blocked @ end of day. Water @ 4' & blocked @ 10' on 612/2016. 25- 30 — BORING LOG B-30 PLATE 31 GEOTECHNICAL CONSULTANTS -- REED ENGINIIy ((�� Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 5/31/2016 Fort worth, Texas Location: See Plate 1 N a ' Stanaara Penetration I ests ' Blows per Foot - Depth E (ft) o a o N P J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Peneter rometerReadings (ft) Ton Of, dark brown, very stiff, w/trace of medium sand (CH) 4. + . :Water: level on:6/2/2�16: d49 % CLAY, light brown, hard, w/tan limestone seams (CL) 848 5— f — LIMESTONE, tan, hard to very hard, weathered - 844 100 Slows= 4 inches . 10— 100 Blows = 1 inch LIMESTONE, gray, very hard 835 15 — 100 BI'ow� = 1-1/2:inche$ 20— _ Total Depth = 19 feet Dry after 5 minutes. Dry & blocked @ 17-1 /2' @ end of day. Water @ 7" & blocked @ 12-1/2' on 6/2/2016. 25- 30 — } BORING LOG B-31 } PLATE 32 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed: 6/10/2016 Fort Worth, Texas Location: See Plate otandard Nenetration i ests t� Blows per Foot - Depth ' ' L O 10 20 30 40 50 60 (ft) m a) Crm DESCRIPTION OF STRATA Pocket Penetrometer Readings Cl) (7 Tons Per Sq. Ft. - + R g 4_ �5+ 4 F++ Of, concretions dark brown, very stiff w/trace of medium sand & calcareous 1 concretions (CH) CLAY, light brown to brown, w/limestone tan seams (CL) 00 Blows =: -1/2 Jnches 5—^ 10 J LIMESTONE, tan, hard to very hard, weathered 1fl0$lows= 9/2:inch LIMESTONE, gray, very hard 15 t — I 100$lows= 9/2':inoh 20 — Total Depth = 19 feet t t i Dry after 5 minutes. Dry & blocked @ 17' @ end of day. Dry & blocked @ 17' on 6/13/2016. 25- 30 — Elev. (ft) boo 852 845 841 BORING LOG B-32 PLATE 33 GEOTECHNICAL CONSULTANTS -- REED ENGINE%N Project Number 21163 Retail/Restaurant Buildings }� Chisholm Trail Parkway and McPherson Road Date Completed 6/10/2016 Fort Worth, Texas Location: See Plate 1 'Standard Penetration i ests v Blows per Foot - Depth a o to zo so as sa so Elev. (ft) M 2 a DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) Tons Per Sq. Ft. - X 7 7 A 4- 5+ 4.5++ jCLAY, dark brown, very stiff to hard, w/trace of calcareous concretior bbc P/z CLAY, light brown, hard, w/some limestone seam (CL) 858 5-1% LIMESTONE, tan, hard to very hard, weathered 856 100 Blows =.1 inch LIMESTONE, gray, very hard 853 10�� 100 Blows 1 inch 15— Total Depth = 14 feet Dry after 5 minutes. Dry & blocked @ 13' @ end of day. Dry & t blocked @ 13' on 6/13/2016. 20 — I - 25 — 30 — } } BORING LOG B-33 PLATE 34 GEOTECHNICAL CONSULTANTS -- REED ENGINI0P3 jj;; as Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/13/2016 Fort worth, Texas Location: See Plate 1 ' Standard Henetration i ests - Depth E .-, c.� 10 Blows per Foot - zo 30 as so so Elev. (ft) to o° N J DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft) to Tons Per Sq. Ft, - )K 4_ 4-,+ 4 5++ CLAY, dark brown, very stiff to hard, w/trace of calcareous 1 b� concretions (CL) CLAY, light brown, hard, w/some limestone gravel (CL) 857 5— LIMESTONE, tan, hard to very hard, weathered 853 100 Blows = 1-1/2:inches 10— — 100 Blows =1-1/2 inches 15— — — r 20 LIMESTONE, gray, very hard 100 Blows:= 3 imhas 840 is i VViter:Ievel on 611412D16 100 Blbws=:1-1/2:inches 23 i Total Depth = 25 feet Dry after 5 minutes. Dry & blocked @ 23' @ end of day. Water @ 22' & blocked @ 23-1/2' on 6/14/2016. 30 — BORING LOG B-34 PLATE 35 GEOTECHNICAL CONSULTANTS REED ENGINE� j} Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/14/2016 Fort worth, Texas Location: See Plate 1 a o o t " Standard Penetration I ests Blows per Foot -® " Depth E (ft) M p o o O a) a J DESCRIPTION OF STRATA t0 20 .3D ao so sn Pocket Penetrometer Readings Elev. (ft) Tons Per Sq. Ft. - * CLAY, brown, very stiff to hard, w/limestone gravel (CH) 4 ,5+ 4..5++ 1 .. 1: 646 r 5— j CLAY, light brown, very stiff, w/some limestone gravel (CL) _ 843.5 LIMESTONE, tan, hard to very hard, weathered 842 " 100 Blows:= 3 inches 10— _ 100 Bbws =� 1 inch 15— _ 1' LIMESTONE, gray, very hard 831 20 100 Blows =1 inch i Total Depth = 21 feet - Dry after 5 minutes. Dry & blocked @ 20-1/2' @ end of day. Dry & blocked @ 20-1/2' on 6/15/2016. 25- 30 — BORING LOG B-35 PLATE 36 GEOTECHNICAL CONSULTANTS REED ENGINF ONG Project Number: 21163 Retail/Restaurant Buildings (; Chisholm Trail Parkway and McPherson Road Date Completed: 6/13/2016 Fort Worth, Texas Location: See Plate 1 bianaara Penetrailon Nests ' c� Blows per Foot - Depth a o a a t0 20 30 40 50 60 Elev. E e _0 m o DESCRIPTION OF STRATA (ft) N a) Cr J Pocket Penetrometer Readings (ft) U) j Tons Per Sq. Ft. - CIE ,4 4 4.5+ 4_5++ Of, CLAY, reddish -brown & brown, hard, w/trace of fine sand & 1 I calcareous nodules (CH) CLAY, reddish -brown, hard, w/some limestone gravel (CH) LIMESTONE, tan, hard to very hard, weathered 100 Browj; 1 inch 5— Total Depth = 4.5 feet Dry @ completion. 10- 15— 20 — 25- 30 — BORING LOG B-36 PLATE 37 GEOTECHNICAL CONSULTANTS -- REED ENGINEERING Retail/Restaurant Buildings GROUP Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/1/2016 Fort Worth, Texas Location: See Plate 1 1 otanaaro Penetration tests n o o t p Blows per Foot - Depth E e v o DESCRIPTION OF STRATA �o zo so ao sa sa Elev. (ft) M N o J PocketTons Penetrer Sq.ometer Readings (ft) 4 4 4,5+ - 4-1++ CLAY, dark brown & brown, very stiff, w/trace of ca'cafeous nodules 1 r & gravel (CH) LIMESTONE, tan, hard to very hard, weathered r : 100 Brows =: 1 inch Total Depth = 6 feet Dry @ completion. 10- 15 20 25 30 — i BORING LOG B-37 PLATE 38 GEOTECHNICAL CONSULTANTS -- r REED ENGINEERING GROUP Retail/Restaurant Buildings Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/13/2016 Fort worth, Texas Location: See Plate 1 Stanoara Penetration i esis Depth 8_1°o to Blows per Foot - 20 so ao so so Elev. (ft) N DESCRIPTION OF STRATA N a 1 Pocket Penetrometer Readings (ft) Tons Per Sq. Ft. - 3K T 7 1 4 4.;+ 4.5++ CLAY, reddish -brown, hard, w/trace of calcareous nodules (CL) LIMESTONE, tan, hard to very hard, weathered -N",/ 10006ws= 1/2:inch 5— Total Depth = 4 feet Dry @ completion. 10- 15- 20 — 25 — 30 — BORING LOG B-38 PLATE 39 GEOTECHNICAL CONSULTANTS REED ENGINEERIKG GROUP Retail/Restaurant Buildings Project Number 21163 Chisholm Trail Parkway and McPherson Road Date Completed 6/13/2016 Fort worth, Texas Location: See Plate 1 n o o t 61ancarc i enetranon I ests Blows per Foot - Depth a (ft) E e -o DESCRIPTION OF STRATA Q) o 10 20 30 40 50 60 Elev M PocketTons Perom ter Readings (ff) 7 ? 3 4 4.5+ 4 5++ CLAY, brown & dark brown, stiff to very stiff, w/trace of trace of O organics debris (CH) LIMESTONE, gray, hard to very hard, weathered 100 Blows = 1 inch t Total Depth = 5 feet Dry @ completion. 10- 15- 20 — 25- 30 — BORING LOG B-39 PLATE 40 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP ' Retail/Restaurant Buildings Project Number � 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/14/2016 Fort Worth, Texas Location: See Plate 1 • titanaara Penetration i ests ' Depth o 8-1 8-1a $ to Blows per Foot - zo so ao sa so Elev.) (ff) E m N � DESCRIPTION OF STRATA Pocket Penetrometer Readings (ft to Tons Per Sq. Ft - )K 1 2 ° d d_,+ 4-,9++ / CLAY, dark brown, hard, w/trace of calcareous nodules (CH) CLAY, light brown & brown, very stiff to hard, w/trace of limestone gravel (CH) 5— Total Depth = 6 feet Dry @ completion 10- 15- 20 - 25- 30 — BORING LOG B-40 PLATE 41 GEOTECHNICAL CONSULTANTS REED ENGINEERG Project Number 21163 Retail/Restaurant Buildings GR P Chisholm Trail Parkway and McPherson Road Date Completed 7 6/14/2016 Fort Worth, Texas Location: See Plate 1 1 Standard Penetration i ests Depth a o o -E p Blows per Foot - p o to 20 so ao so so Elev. o (ft) 2 a —i Pock s Penetrometer Readings (ft) Tan i 2 R 4 4-.9+ 4_,5++ CLAY, dark brown, very stiff, w/trace of calcareous nodules (CH) CLAY, brown, very stiff to hard, w/trace of limestone gravel (CL) LIMESTONE, tan, hard to very hard, weathered Total Depth = 5 feet Dry @ completion. 10- 15— i 20 — 25 - } 30 — BORING LOG B-41 PLATE 42 GEOTECHNICAL CONSULTANTS — REED ENG1192; AT Retail/Restaurant Buildings (;jj�� Project Number 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/15/2016 Fort Worth, Texas Location: See Plate 1 Standaro Penetration jests o Blows per Foot - Depth E L) -o ao ]0 pocket Penetrometer Read n s 60 EIeV (ft) a' (fu - DESCRIPTION OF STRATA e (ft) Tons Per Sq Ft - AE of, CLAY. dark brown, very stiff, w/trace of limestone gravel (CH) LIMESTONE, tan, hard to very hard, weathered' r 100 Blows = 2-1/2 inche$ Total Depth = 5 feet Dry after 5 minutes. Dry & blocked @ 5' @ end of day. 10- 15- 20- 25— - i 30 — BORING LOG B-42 PLATE 43 GEOTECHNICAL CONSULTANTS Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed: 6/15/2016 Fort Worth, Texas 0- o o L D(ft)th E a J DESCRIPTION OF STRATA Cn / CLAY, dark brown, hard, w/trace of calcareous nodules (CH) LIMESTONE, tan, hard to very hard, weathered 5 'I ' -- - Total Depth = 5 feet Dry after 5 minutes. Dry & blocked @ 5' @ end of day. 10 15- 20 — 25 — 30— BORING LOG B-43 REED ENGINE 6 ��Ii'L1P Location: See Plate 1 Stanoard Penetration i ests Blows per Foot - 10 20 30 40 50 60 Elev" Pocket Penetrometer Readings (ft) Tons Per Sq. Ft, - )K } i PLATE 44 GEOTECHNICAL CONSULTANTS -- REED ENGINEERING GROUP Project Number 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed : 6/10/2016 Fort Worth, Texas Location: See Plate 1 Stantlard renetration I ests Depth �-- o -0 a a E Blows per Foot - 10 zo so ao so so Elev. (ft) 0 `l a J DESCRIPTION OF STRATA (ft) PocketTons PeroSgtF�Readings 9 9 4 4.5+ 4.5++ brown & dark brown, very stiff to hard, w/trace of calcareous Of, concretions (CH) concretions 5_ CLAY, light brown, hard, w/limestone moderately hard to hard (CH) _ } Total Depth = 6 feet Dry after 5 minutes. Dry & blocked @ 6' @ end of day. 10- 15- 20 — 25 — 30 — BORING LOG B-44 PLATE 45 GEOTECHNICAL CONSULTANTS — REED ENGINEERINP Retail/Restaurant Buildings GROUP Project Number: 21163 Chisholm Trail Parkway and McPherson Road Date Completed: 6/13/2016 Fort Worth, Texas Location: See Plate 1 Standard Henetralion i es[s Depth a ' s Blows per Foot - p E e a o DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. (ft) N o 1 Pock s Ptrom ter Readings (ft) Ton ! 7 7 1 4 ,5+ 4_.5++ / CLAY, brown, very stiff, w/trace of calcareous concretions (CH) 1 l CLAY, light brown, hard, w/trace of fine sand, calcareous concretions & ironstone nodules (CL) 5—� f�- Total Depth = 6 feet Dry @ completion. i 10— _ i 15- 20 — 25 — 30 — i BORING LOG B-45 PLATE 46 GEOTECHNICAL CONSULTANTS — REEL] ENGINIGFtO�P Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkway and McPherson Road Date Completed: 6/15/2016 Fort Worth, Texas Depth E a o DESCRIPTION OF STRATA (ft) m d a m Cl) (7 CLAY, dark brown, hard, w/some limestone gravel (CH) LIMESTONE, tan, hard to very hard, weathered Total Depth = 5 feet Dry after 5 minutes. Dry & blocked @ 5' @ end of day. 10- 15- 20- 25- 30 — BORING LOG B-46 Location: See Plate 1 Stanaard Penetranon iests Blows per Foot - 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) Tons Per Sq. Ft. - )K 4.5+ 4T++ 100 Brows 1 inch i PLATE 47 GEOTECHNICAL CONSULTANTS -- Project Number: 21163 Retail/Restaurant Buildings Chisholm Trail Parkwayand McPherson Road Date Completed : 6/15/2016 Fort Worth, Texas ar �-ci )ewl E DESCRIPTION OF STRATA r CLAY, brown, very stiff, w/trace of calcareous concretions & gravet (CH) LIMESTONE, tan, hard to very hard, wRrace of shale seams, r weathered 10 1 LIMESTONE, gray, very hard Z I Total Depth = 14 ft Dry after 5 minutes. Dry & blocked @ 13' @ end of day. Dry & blocked @ 13-1/2' on 6/15/2016. BORING LOG B-01 UNDISTURBED (Shelby Tube & NX-Core) NDISTURBED STANDARD PENETRATION TEST THD CONE PENETROMETER TEST RFEO ENGINEERING GROUP REED ENGINEERING GROUP Location: See Plate 1 FIII SPT N VALUE ® Type of Fill to 20 30 'a so so Elev. (ft) Pocket Penetrometer Readings Tons Per Sq Ft -,W Clay(CL) (LL<50) 315.5 Clay (CH) ® (LL>50) 100' BIowS:= 3 i6ches ® SILT (LL<50)0) SILT — — ® (LL>50)0) 100 ftws 1 inW CLAYEY SAND (SC) SILTY SAND (SM) —397 SAND (SP-SW ) 100 Blois: ='1/2 inch CLAYEY GRAVEL (GRAVELLY CLAY) t L. Co GRAVEL (GP-GW) 100 Blows=:1/3 ilicli O L) PLATE 2 GEOTECHNICAL CONSULTANTS- -7 = Water level at time of drilling, 1 = Subsequent water level and date. (weathered) P—M SHALE (unweathered) (weathered) LIMESTONE ffl (unweathered) (weathered) SANDSTONE (unweathered) KEYS TO SYMBOLS USED ON BORING LOGS PLATE 48 GEOTECHNICAL CONSULTANTS - � ► ►i��T:7i�i['1� SOIL PROPERTIES COHESIONLESS SOILS COHESIVE SOILS SPT Pocket N-Values Relative Penetrometer Consistency (blows/foot) Density (T.S.F.) 0 - 4 .....................Very Loose <0.25 .................... Very Soft 4 - 10 .....................Loose 0.25-0.50 ............... Loose 10 - 30 .. ...................Medium Dense 0.50-1.00 ............... Medium Stiff 30 - 50 ....... ..............Dense 1.00-2.00 ............... Stiff 50 + .....................Very Dense 2.00-4.00 ............... Very Stiff 4.00 + .................... Hard ROCK PROPERTIES HARDNESS DIAGNOSTIC FEATURES Very Soft ............... Can be dented with moderate finger pressure. Soft--.........-1....... Can be scratched easily with fingernail. Moderately Hard ... Can be scratched easily with knife but not with fingernail. Hard.... .................. Can be scratched with knife with some difficulty; can be broken by light to moderate hammer blow. Very Hard .............. Cannot be scratched with knife; can be broken by repeated heavy hammer blows. DEGREE OF WEATHERING DIAGNOSTIC FEATURES Slightly Weathered ......... Slight discoloration inwards from open fractures. Weathered ...................... Discoloration throughout; weaker minerals decomposed; strength somewhat less than fresh rock; structure preserved. Severely Weathered ....... Most minerals somewhat decomposes; much softer than fresh rock; texture becoming indistict but fabric and structure preserved. Completely Weathered ... Minerals decomposes to soil; rock fabric and structure destroyed (residual soil). KEYS TO DESCRIPTIVE TERMS ON BORING LOGS PLATE 49 GEOTECHNICAL CONSULTANTS -- F�4EEn r=MM1rlEERIrlG G R O U P GEOTECHNICAL INVESTIGATION RETAIL/RESTAURANT BUILDINGS CHISHOLM TRAIL PARKWAY AND MCPHERSON ROAD FORT WORTH, TEXAS Summary of Classification and Index Pratserty Tests Percent Moisture Liquid Plastic Plasticity Passing Boring Depth Content Limit Limit Index No.200 No. feet % % % (PI) Sieve B-2 1.5 - 3.0 25.6 62 22 40 3.0 4.0 13.7 -- -- -- B-3 1.5 3.0 24.1 -- - -- -- 3.0 - 4.5 8.7 -- -- -- 4.5 - 6.0 13.1 30 16 14 -- B-4 1.5 - 3.0 23.7 -- -- -- 3.0 - 4.0 16.9 -- -- -- w 4.0 - 5.0 14.8 44 18 26 B-5 1.5 - 3.0 32.2 86 26 60 - 4.5 - 5.5 16.7 -- -- -- B-6 1.5 - 3.0 21.8 -- -- -- - B-7 1.5 - 2.0 32.6 -- - -- _. 3.0 4.5 18.8 49 18 31 91 B-8 1.5 - 3.0 29.0 72 25 47 __ 4.0 4.5 12.7 -- -- -- B-9 1.5 3.0 12.0 -- -- - 3.0 - 4.5 13.4 32 16 16 - B-10 1.5 - 3.0 17.4 -- -- -- 3.0 - 4.5 16.0 27 17 10 -- 4.5 - 6.0 15.4 -- -- -- SUMMARY OF LABORATORY TEST RESULTS PLATE 50 RI�B>C3 #�F"7ritnEEain� G R O U P GEOTECHNICAL INVESTIGATION RETAIL/RESTAURANT BUILDINGS CHISHOLM TRAIL PARKWAY AND MCPHERSON ROAD FORT WORTH, TEXAS (Continued) Summary of Classification and Index Propertv Tests Percent Moisture Liquid Plastic Plasticity Passing Boring Depth Content Limit Limit Index No.200 No. JfgLen 0/ -( L/- 1 % PI Sieve B-11 3.0 - 4.5 17.7 29 18 11 - B-12 1.5 3.0 13.1 -- -- -- -- 3.0 4.5 13.2 31 16 15 78 B-13 1.5 - 3.0 13.0 -- -- -- -- 3.0 4.5 13.6 -- -- -- 4.5 6.0 13.7 33 15 18 -- 9.0 - 10.0 12.1 -- -- -- - B-14 1.5 3.0 16.9 39 18 21 -- 3.0 - 4.5 13.1 -- -- -- 4.5 6.0 12.6 -- -- -- - B-15 1.5 - 3.0 17.7 -- -- - -- 3.0 - 4.5 15.2 -- -- - -- 4.5 - 5.0 14.5 34 15 19 -- B-16 1.5 - 3.0 23.3 -- -- -- 3.0 - 4.0 7.6 25 15 10 - 9.0 - 10.0 13.4 -- -- - B-17 1.5 - 2.0 20.8 58 21 37 -- B-18 3.0 - 4.5 19.3 29 18 11 84 4.5 - 6.0 18.3 -- -- -- -- SUMMARY OF LABORATORY TEST RESULTS PLATE 51 FaEEQ EP9G1rlMM:RIP-IG G R O U P GEOTECHNICAL INVESTIGATION RETAIL/RESTAURANT BUILDINGS CHISHOLM TRAIL PARKWAY AND MCPHERSON ROAD FORT WORTH, TEXAS (Continued) Summary of Classification and Index Proverty Tests Percent Moisture Liquid Plastic Plasticity Passing Boring Depth Content Limit Limit Index No.200 No. feet % ) 0/ (PI) Sieve B-19 1.5 - 3.0 8.3 45 17 28 3.0 4.5 18.8 -- -- -- 4.5 6.0 14.2 -- -- -- -- B-20 1.5 3.0 13.6 39 19 20 -- B-21 1.5 - 3.0 18.0 29 20 9 -- B-22 1.5 - 2.0 9.9 -- -- -- -- B-23 4.0 - 5.0 20.4 51 20 31 - B-24 1.5 - 2.5 19.1 57 23 34 - B-26 3.0 - 3.5 14.2 33 16 17 - B-27 1.5 2.0 30.8 66 29 37 - 4.0 - 5.0 11.0 -- -- -- -- B-28 1.5 - 3.0 14.7 -- -- -- 3.0 4.5 11.0 36 17 19 -- 4.5 6.0 12.3 -- -- - -- 9.0 10.0 16.5 -- -- -- -- 13.0 14.0 22.0 -- -- -- 19.0 - 20.0 23.4 60 25 35 -- 24.0 25.0 23.2 -- - - -- SUMMARY OF LABORATORY TEST RESULTS PLATE 52 REEL] ErIGIr-1EERIrIG G R O U P GEOTECHNICAL INVESTIGATION RETAIL/RESTAURANT BUILDINGS CHISHOLM TRAIL PARKWAY AND MCPHERSON ROAD FORT WORTH, TEXAS (Continued) Summary of Classification and Index Provertv Tests Percent Moisture Liquid Plastic Plasticity Passing Boring Depth Content Limit Limit Index No.200 No. feet % %) PI Sieve B-29 1.5 3.0 9.2 -- -- -- 3.0 - 4.0 19.3 30 17 13 -- B-30 5.0 - 5.5 13.5 35 17 18 -- B-31 2.0 - 3.0 7.6 20 15 5 -- B-32 1.5 - 3.0 24.1 -- -- -- -- 7.0 - 8.0 17.9 47 18 29 B-33 1.5 - 3.0 18.5 -- -- -- 3.0 - 4.0 15.1 28 16 12 - 4.0 - 5.0 13.4 -- -- -- -- B-34 1.5 - 3.0 35.1 45 21 24 - 3.0 - 4.5 15.5 -- -- - -- 4.5 - 6.0 12.8 -- -- - -- B-35 1.5 - 3.0 26.6 -- -- -- 3.0 - 4.5 19.0 54 19 35 -- 4.5 - 6.0 15.7 -- -- -- - B-37 1.5 2.0 29.7 -- -- -- -- B-38 0.0 - 1.5 22.0 48 27 21 -- B-39 2.5 - 3.0 36.4 -- -- -- -- SUMMARY OF LABORATORY TEST RESULTS PLATE 53 REEn MrlMIFl9E ER1rlG G R O U P GEOTECHNICAL INVESTIGATION RETAIL/RESTAURANT BUILDINGS CHISHOLM TRAIL PARKWAY AND MCPHERSON ROAD FORT WORTH, TEXAS (Continued) 5ummary of Classification and Index Property Tests Percent Moisture Liquid Plastic Plasticity Passing Boring Depth Content Limit Limit Index No.200 No. jLeet % % ) PI Sieve B-40 1.5 - 3.0 17.2 - -- -- -- B-41 3.0 - 4.5 12.8 30 16 14 -- B-43 4.0 - 5.0 16.1 -- -- - B-44 3.0 - 4.5 12.5 - - -- B-45 1.5 - 3.0 15.6 36 16 20 -- SUMMARY OF LABORATORY TEST RESULTS PLATE 54 REED ENGINEERING GROUP AERIAL PHOTOGRAPH OBTAINED FROM GOOGLE EARTH Lki NOT TO SCALE: 2016 AERIAL PHOTOGRAPH PLATE 55 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106264 Revised July 1, 2011 FORTWORM, Commercial Grading Permit Permit: CG25-00003 Status: Issued Permit Technician: Nolan Schomer Address: 5649 DUSTY SPUR LN Ste/Unit undefined Legal Description: CHISHOLM TRAIL RANCH Block 3 Lot 10 Application Date: 01/07/2025 Expiration Date: Date Issued: 02/26/2025 Mapsco: 102Z Insp District: 39 Zoning: G Description of Work: Work will include paving, grading, utility and erosion control on site Proj/Business Name: Shops at Chisholm Trail Applicant: Mallory Cox, Manhard Consulting, 505 Pecan Street Suite 201 Fort Worth, TX 76102 Property Owner: SEC CTR & MCP LP 5950 BERKSHIRE LN STE 700 DALLAS„ TX 75225 Contractor: , Occ Class Const Type Square Feet Occ Load Use Description Application Fee 1 $50.00 Grading Permit/TPW 1 $1,000.00 Technology Fee 1 $16.87 Total Fee $1,066.87 Balance $0.00 I hereby affirm that the information contained herein is true and correct to the best of my knowledge, and agree to conform to all regulations of the City of Fort Worth as described in the Fort Worth Municipal Code. I understand that failure to comply with these provisions may result in the revocation of this permit. In accordance with the State of Texas Underground Facility Damage Prevention and Safety Act (Utilities Code Chapter 251), 1 hereby affirm that before performing any excavation 16" or deeper using mechanical equipment, I have or will have contacted 1-800-545-6005 for proper identification and location of underground utilities in the area. Signed: Date: Sexually Oriented Business (Initials) Yes No Under the Penalty of Law and Pursuant to Senate Bill 509 of the 77th Legislature of the State of Texas, I hereby certify that an asbestos survey has, when applicable, been done in accordance with the Texas Asbestos Health Protection Act (see Texas Occupations Code Section 1954.259) and the National Emission Standards for Hazardous Air Pollutants for the area(s) being renovated and/or demolished. I understand that substantial penalties may result from failure to conduct a proper asbestos survey. All driveway access or street cuts require a separate permit and inspection from the Transportation and Public Works Department (817-392-6526). Signed: Date: TO SCHEDULE INSPECTIONS CALL (817) 392-6370 (If Permit is 3rd Party Inspections, contact your designated 3rd Party company to schedule inspection) FORTWORM, Commercial New Building Permit Permit: PB24-16097 Status: Issued Permit Technician: Danielle Solis Application Date: 10/28/2024 Expiration Date: 09/09/2025 Date Issued: 03/13/2025 Address: 5649 DUSTY SPUR LN Legal Description: CHISHOLM TRAIL RANCH Block 3 Lot 10 Mapsco: 102Z Insp District: 39 Zoning: G Description of Work: NEW CONSTRUCTION OF A COLD DARK SHELL MULTI -TENANT RESTAURANT BUILDING OF APPROXIMATELY 7,564 GSF, INCLUDING SITEWORK, LANDSCAPING, STRUCTURE, AND MEP. Proj/Business Name: Shops at Chisholm Trail Ranch Multi Tenant Retail Building Applicant: Claire Tranter Yost, OTJ Architects, 2811 McKinney Avenue 225 Dallas, TX 75204 Property Owner: SEC CTR & MCP LP 5950 BERKSHIRE LN STE 700 DALLAS„ TX 75225 Contractor: 20TWENTY CONSTRUCTION 5816 Heatherglen Ter FORT WORTH, TX 76179 Occ Class Const Type Square Feet Occ Load Use Description A-2 VB 2281 153 shell space M VB 5140 86 shell space Additional Plan Review Second Revision 1 $56.25 Additional Plan Review Third and Fourth 1 $112.50 Revision Application Fee 1 $31.50 Building Permit (A, B, E, H, I & M) 7421 $4,798.71 Plan Review Fee Requiring Circulation 1 $276.75 Sewer Impact Fee 14368 $14,368.00 Technology Fee 1 $16.87 Trans Impact Fee - Area Y 193572 $193,571.85 Water Impact Fee 20801 $20,801.00 Total Fee $234,033.43 Balance $0.00 1 hereby affirm that the information contained herein is true and correct to the best of my knowledge, and agree to conform to all regulations of the City of Fort Worth as described in the Fort Worth Municipal Code. I understand that failure to comply with these provisions may result in the revocation of this permit. In accordance with the State of Texas Underground Facility Damage Prevention and Safety Act (Utilities Code Chapter 251), 1 hereby affirm that before performing any excavation 16" or deeper using mechanical equipment, I have or will have contacted 1-800-545-6005 for proper identification and location of underground utilities in the area. Signed: Date: Sexually Oriented Business (Initials) Yes No FORTWORM, Commercial New Building Permit Under the Penalty of Law and Pursuant to Senate Bill 509 of the 77th Legislature of the State of Texas, I hereby certify that an asbestos survey has, when applicable, been done in accordance with the Texas Asbestos Health Protection Act (see Texas Occupations Code Section 1954.259) and the National Emission Standards for Hazardous Air Pollutants for the area(s) being renovated and/or demolished. I understand that substantial penalties may result from failure to conduct a proper asbestos survey. All driveway access or street cuts require a separate permit and inspection from the Transportation and Public Works Department (817-392-6526). Signed: Date: TO SCHEDULE INSPECTIONS CALL (817) 392-6370 (If Permit is 3rd Party Inspections, contact your designated 3rd Party company to schedule inspection) GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Chisholm Trail Ranch, Lot 10, Block 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106264 Revised July 1, 2011 FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R817S 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 05 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6