HomeMy WebLinkAboutContract 63723-PM1CSC No. 63723-PM1
FORTWORTH
T
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER & SEWER IMPROVEMENTS
DRINKPAK INDUSTRIAL TENANT DEVELOPMENT
IPRC Record No. IPRC25-0039
City Project No. 106188
FID No. 30114-0200431-106188-EO7685
File No.
X File No. X-28539
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
0
.� ., 1�
0 JEMMYM.
..................._....:
1003M O
Huitt-Zollars, Inc.
Firm Registration No. F-761
Prepared for
The City of Fort Worth
AUGUST 2025
HUITr
IZ ZLLA1
500 W. Th Street, Suite 300
Fort Worth, Texas 76 t 02-4728
Phone: (817) 335-3000
Fax: (8I7) 335-I025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
nno hw t,.tio t Bidders
nno Irst..,,e4ions to Bidders
Last Revised
031nn
00 41 00
00 42 43
nno 43 13
Bid Fefm
Proposal Form Unit Price
Bid Bead
031nn
nn in 4
05/22/2019
nn in 4
nno n�T
Bidders Pr-o,.ua4if;,.,,t en'
Prequalification Statement
,, n .....iie
nn in 4
09/01/2015
in
0045 12
nno n�3
00 45 26
Bidde : Pf:e alif:,.. ief do
Contractor Compliance with Workers' Compensation Law
r
03 40
04/02/2014
nQ i
004540
00 52 43
iner-;ty Biisi es Enterprise Goal
Agreement
8
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
nn�0
Maintenance Bond
General Gendit;ons
01/31/2012
i i ii T
007300
0073 10
Supplementafy Conditions.
Standard City Conditions of the Construction Contract for Developer
07/01/2011
01/10/2013
Awarded Projects
Division 01 - General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 2500
Substitution Procedures
08/30/2013
01 31 19
nio
Preconstruction Meeting
D,;o t .s
08/30/2013
o
01 32 33
Meetings
Preconstruction Video
07i0T
08/30/2013
01 33 00
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
nip
Closeout Requirements
Oper- 4ion and r, ai tenan e D t
D,-..;eet Reee..a D,.,,,,... e ts-
04/07/2014
nn in �
nn in T
017839 r
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 - Existing Conditions
0241 13 Seleetiye Site Demelifie.
Division -03 Conel<ete
033000 Ga-Rt In PlQa Goner-ete
03 211 13 CepAfelled Tow ct,eagtl, >\R.,ter-i l !CT S Tl
0 >\ a,.di fi ..,tions t Existing C „e tote Stfuettifes
3 Raeew ys .,tea Be, ies f 1✓lootriazF7;4effis
Division 31 Ear-thwor--k-
3'�0 Site Cg
312323 Beffe
Z 1� 1 24 00 as--f As
�H 00 C�iens Sediment
313700
Division 32 Exterior- linpFevements
2'� PefmaaepA Aaozalt I\r"__
Z7�3 Flexible -Base Gets see
Z7�9 Lime e TreeAe,l Base Courses
Liquid Tr A F&, kiliz--f
32 1 7 16 zVhWt N, ixg
Z7�3 Cefie :ete n.,N4*g
37�1 4 116 -BY,.Vi Unxt 1%vin s-
32 16 13 Coffer-ete Curb affd Gutters affd Valley Craters
32 1725 C,iA Address Painting
3231 3 Chain Fences ,-ad Gates
Z7�o W -e Fe es affd Gates
Date
Modified
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
27� Tepsoil Dlaeemeat ani 1 irie limg of Parkway
Division 33 Utilities
33-0131 Closed Gi ouit Told:,;^;^" (rCTNI) l pe tie
3303 to Bypam Puni /r1^ of w4 ti. . cewe, y tefn
Z2�no Teif4 T2.....1;,...and >~leotvat Matkan
33 04 } Ce f fesio Cent fel Test 6i& iom
3304 12 >,,rag esiti n,.e,le r,.tl.ed e D.eteetien System-
33
0 Tempe- Wa4ef: eetw ees
33 04-40 oa7nkg a:':'1 n eeepta- ee Testing of xl.,tef: Mains
3305 0 U444, T.enel, > xea-v lion, ErtkadmepA, and B evf;ll
33-05 12 lktio Lima Lewefin
3305 13 Fr- r ,1 r�..a �tii� �--v�-z� r rt'lii��, cv`r'€�'-uixcr-vresc��ciii�S
33 05 1 z 1 0 >; a rr-eaRings Composite
a�--v�-r_rzv iz EHi��E6v€�'irixcr-vresc�
33 05 14
Gfade
Z2�o Co e,.ete xx'.,te.. Vau is
Z2�T Coner-ete r 11-
3 Z�v Auger- Ber-ing
33 05 21 Tuxm2ol :J&.--f Plate
330522 pig --
Z2�3 LT.,.-..1 T,,....eling
Z2�T lasta l.,tio „f r.,....;e,- Pipe i Casing or Turx-i& !-/*,n. to
2Z� 7 eea4ie,. efL'.dsfi g U4i ties
33 1105 Belt. Ntts and Gaskets
Z 2�0 D et; l e ir-en P4-pe
33 11 3 Gener-ete P-r-esswe Pipe BarW,-appe.] Steel Cylinder- Type
ZZ�5 n.e St,.esse,l Co e.ete Cylinder- Pipe
33 1210 xx�.,te,- ee,..,; 1 t
�„-��oz � ir�h mil}
33 1220 Resilient Qea4e,l Gate Valve
Z2�T A xx W- R+ibbe,- Seated BtWe.-FI., Valves
Z2�5 Co eetio t Existing xx4e.>, airs
�Z�O Eo:nui-nati^r Air- Valve . ncn- Jle� for- Potable W, tef System
331240 Fire Hydfan4s
33 1230 3*tio Camille c
Z2�0 Standard Blow off �Valve Asrenrlvlr`y
Z2�z Gu-e.l i Aaee Pipe lrroU4
Fite, -glass U einfe -ee,l Pipe fe - C_,.a-yi ., Eanit , s
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
(LHPE) PiY--4�x Earxt::,r,-Sew-€+
333120 Polyvinyl Ghlef:ide (PVC) Ofavity Sanitary Sewef: Pipe
3 7C,
Z2 1 .anitL'—
TJ�TLT
12 31 �� c.,r;t.,,.., co.., c r
z mar Slip T i'.WxVg
333170 r-e ffi1 in tief n;,. xl.,lye- v-or EG'AitFe:`,' sewe, > ,,, o >,a �
333960 Epoxy Liner- F
(LHPE) Pip3for- Stcvux Ds-airn
2 2�00 c„lie
Z 2�= Trefie , rl,-ain
34 41 10 T,-.,ff; e Signals
�
3n nevia .zit . n r i+tmfello.Gabi of
34 41 10.03 n f~
rrtta 2ii�-�6 i��il .c �� 0 � �
�3n�T To.....,.,,,,..,,..., T,gf-.,o ✓��ls
211 11 15 Reetafi ula Rur d Flx\hiY ;i
34-4116 RedzjWyur. Hybfid Signal
Z ADO Readw I11utnimtie n & s o,....b4e
ZA ^env-1 i F*.,jyW = Raadwa�'
3n nevi Freeway LED n,.,.,1....,.r/aminairrs
2n i1�0'3 Resideffti l LED n,..,,1,w ay i7e�:°iCn:rS
34 4130 AlumAiilum fi.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httu:Hfortworthtexas.2ov/tDw/contractors/
or
htti)s:HaDDs.fortworthtexas.Lyov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Selective Site Demolition 12/20/2012
0241 14 Utility Removal/Abandonment 12/20/2012
0241 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete 12/20/2012
03211 13 Centfol l e,l row Stfengt Mate -ia (C S 4 12 /�12
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
7ti�no Demolition f Eleetfie.,l Systems 12/20/2012
260533 R eew a-ys a,,..l Boxes for- Eleet f e.,l Systems 12/7zzi-20//iviz
26� TTn e,-g-e,m.1 Dt ens a -ad Raee,, ays f Eleet fieel Systems 07/01,L204
zv-vT✓v �e7a%Jl� !d Mvrrzvrtviv
Division 31- Earthwork
31 g Site rg 1 /
Z l�o U elassi f;e,l Exeaye ) 01 /gin
31�3 BE)FFO 01 /00 4�13
31 24-00 En. bur. mats 01 /0 4�14
312500 &30�aK =ra cea;,,,emt-�1 12/�12
313600 Gabiens , /
31�o Ripr-ap 11 /�12
Division 32 - Exterior Improvements
3'0T De,-... a-nepA A De,.,.,:.- 12/'lr�-avriviz
�crr° 61 t l� r
3201 18 T iZpl.Wlt An 12/�12
32 01 29 Concrete Paving Repair 12/20/2012
27� L'lexible Base /'oiffses 12/20A201z
3'�9 Lime e T-ea4e.l Base Ge,,,-12/7 z
Ge.,,en. T-ea4e.l Base r11 /�12
32 11 37 Liquid Treated Sol Stab l:.tee,. 08A2l Q0 C
�vr�2vi�
32 12 1 � g 12/20A201 o
�z--rz--ry �i�f� .V �.1!:'La� rc�cv�cvzz
2 12 73 Asphalt Pa-y ng G -.,elm Sealants 12/7r�-20/i012
32 13 13 Genefete P
12404012
32 1320 (`one -ete Si e,, Iks Driveways ays and-BafF e,. Ff:ee D.,m ps 8 19
32 13 73 Concrete Paving Joint Sealants 12/20/2012
37� �.°;�g 1I r Jrxt 12/20A2012
Br�x���
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 5 QiA n as -e0 Mntl,.ig 11/0 4,L2013
�
3231 13 Chain Fences and Gates 12/20/2012
Z7�o Tz ir-e Fences and !`_.,cos 11/'lr�-204012
Z7�3 Cast i Ulaee Cone-ete Rutwn: ng We4ls 06/no c�a
3'�9 Tepsoil Plaeementand FiniAzing fPar-k..,ay 112/o�12
32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012
Division 33 - Utilities
33 01 30
Sewer and Manhole Testing
12/20/2012
33 0131
Closed Circuit Television (CCTV) Inspection
03/03/2016
Z2�o
PuW. /rzf'1~
A „xisting Sewef: Systems
1242z
Z2�o
joint Bending .,.-.d Elocla6zat lzaatuan
12/7rc�-�mL2012
22�
C..,-.-esio,,. /''efit.e
Test E✓atiow
7
1z2/zi- viz
33 04 12
Z2�o
Mag%oc�urt. n nede r,.tl., die D -etc fie Systeffl
a
-a-Fy z/a4ef:
12 /�12
33 04 40
Tempe Set=y;
Cleaning and Acceptance Testing of Water Mains
0�/non
02/06/2013
33 04 50
Cleaning of Sewer Mains
12/20/2012
3305 10
Utility Trench Excavation, Embedment, and Backfill
12/12/2016
3305 12
Water Line Lowering
12/20/2012
3305 13
Frame, Cover and Grade Rings - Cast Iron
a
01/22/2016
/22/2016
3305 13.10
��
3305 14
n-a�r�C-ewer �� ��es�te
Frame, Grade Rings
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
0
o��
12/20/2012
Grade
3305 16
Concrete Water Vaults
12/20/2012
330520
330521
330522
Z 2�3
Tix-ewl Lim e
Stool r,.,,ing Npe
u.,.-..1 T, wmel inn
11 /o�12
12/�12
11 /�12-
1 2 /'fr�-avriviz
Z2�4
330526
33 05 30
last.,ll.,tio „f'!''ai:Fie - Pipe i Casing E) - Tunnel T : of -P!4e
T444.,>,,rarke-s/T ,.,,,.tef
Location of Existing Utilities
06/19,L2013
12/20/2
12/20/2012
33 1105
Bolts, Nuts, and Gaskets
12/20/2012
33 11 10
Ductile Iron Pipe
12/20/2012
33 11 11
Ductile Iron Fittings
12/20/2012
33�3 1111 112P'+o�lyvinyl7�C..h�loride
(PVC) Pressure Pipe
3ALFapped, Stool
Type
11/16/2018
12/'f�-
33 1 1 13
33 n-i4
C onefetePtGssiffe Pipe Bar- Cylinder-
--Z INq 0 and Fittings
0401-2
12404012
33 1210
�
�a a4e . e e ,; 1 .
„-�joz � ir�h mil}
02 n 4
33 1211
Large Water Meters
12/20/2012
33 1220
Resilient Seated Gate Valve
12/20/2012
33 1225
Connection to Existing Water Mains
02/06/2013
33 1230
33 1240
C-o-mbi:atiig Air- Valve .N scm— Jr_cVsZef Petable Watery stem
L';,�
12/�12
01 /no�4
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
33 Q so cI',,`
2012
33 3i isI-IDPEPip„-fir Eariltar,-Sebver
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
Z 2�rzT Polyvinyl Chlefide (PNIC) Closed Profile Gravity Sanitary Sewef 1 'l /'lz
Pipe
333122 r a -a tarry Sewer T1�GhC 12r/2w040 z 33 3i �3 12/20401z
33 31 cn Sanitary Sewer- Sei=viee C rree fi ns an Ser- ee T ; n1 �
�o 0 n0n/26/2��
33 31 70 Goff ibintie A if- Nv'al e . Fmrit;r,, Sewe . > or-ee N4 1 2/o�r2
3339 10 Cast -in -Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
�v r2/20401z
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33-41 10 Reinf ,-ee Goner-eet3 9iorm Ea Pipe/C„n�/non
33 41 11 High Density R1 %PE llkip.. G$ 2� D$1I11_i4 Q-avraviz
` 1 Pipe
33 4600 C'„1�e 12/20/2012
07/01 /201 1
33-46 02 ranch Dr6ns n7/�4
T3--49 rTry Cast r2/20401z
Z2�no Gu-1-.and Tl,-op inlets 12/20,QO z
33 4940 8401 n7/no 1�i
Division 34 - Transportation
34 41 100 C rt allef Cabife 12/14hnic
�� �#aol►��nt �
3n n�02 AttaoiAnnont B GefA ellef C'peeif;e tier 02QO 12
34 41 10.03 rArttraehmeirt G Seft'V afeSpeeifieeAien n1�2
3n�T Temp or-. Ft' T,9fv. S�grmls 1111 /�13.
?/1 11 15 ReE le IIW. Flashing Bo,.eo 1 11 1 /7 3
34-41 16 Redo��� I-I;bfid Signal 11 /'�13
3 ^�v Read-w Ill inatio A &seffibhe., 12/20,L2012
34 4120.01 �4r�r�1. �D T 1�� T �� 06/1 c/2n1 c
� �.a�Ia,�ras
2 A il�02 Freeway LED Roadway T , o 06 / iovrr5io i5
34 4120.03 Reside�t;.,l LED n,..,,1,. ay T 0c
� .�.�Ir; .�:rs 6/1 5A2
11n2/2n1�
34--4-�38 �41k��inuM ficV:; �n
T 13 Tr-affie !'',.,mot, e 1 11 1 /7 -3
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
GG 4.91
Page 8 of 8
GC-4.02
Subsurface and Physical Conditions
GC 6.06..TJ
A 3YAV). k zj
GG 6.07
1Vff .o w--
-AJr'm t✓a&-.d T�eilitias
GC-6.21
rl
GR-01 60 00
Product Requirements
GR 92
TPA 4lwt:r 1:F,*.
£R-03
Water Pre qualified Gontfaetaf !is
END OF SECTION
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
•IQ#'2[ 4n -A
64M)J 7Q eWO%4 aWHLUd 5I a[uctina + lxxasa�� neol[ Ia1ia+0.7d ►'�F
ILL�ti 1pliG JLL[]
OU'
04osA
L
V3:
#L Lkzo
&k�Qwslwd Ztl.t ItU,LM
#
092116s
06'000'SS
SJOL 0
NM
L 4 L L !GC
wlv131rd PA sQUMA MMM iMl QMRO LOW46T
it
0011"r;$
00 "V S
1
1+3
4z zi £E
UMM X lfM.ZL`.i« OUQW3IN UMM-1 0 iL L02t,C't
9
00' ME=
00 L $4'S
L
V-0
b$ ZG U
"A .0 wwztct
s
OG'a"
0a 0&LI
U
d7
z L L M tt
*OejQQlm3m.9 M1iMOW%
IF
00'sOQ m
00 604 M
L
V3
L 4 Zl cc
unfA Put J" mmm-9 COVZ'Z4E£
£
00.9M
060
Dv,
3n
Ot 9D £E
Ados 4-441 6DL0.9m
Z
GUMS
O406t
9
AS
IZ LOCt
goWr^PUVICJ+oLI'rt-J!WOW.H VTL j JLGQLON
L
--
9UlM3hO'WdW
'QQLVM a J[liFfM
Mra Pis
I 4h ra m� y
PH
--n I
JQ l'Qll
on Qom: I
wairr ugd$ Il
— WWWA,
I GN
Im41 "0
P ;O + T Lpwe
uopmaqq wHr Lmku j
uotteollddv stmoppi s
3%xuJOli.s0 0".1 Itiwbl vkmi U
wood,+ load - surd PaWR*V Job WWO
ev ZIP DO WOU Das
ip I -*a
'JM'manu ma • f.a
t* f*w
M 30INd -LINn
op de.1
OAF- em AL
Pr* 10 )
sf-CTV3N W 42 43
Lii4albpe• Awslded Prolecu •
PR )P[)SAL FORM
I;ir.LPmL:ryV:F-pITerumCIE%!Io¢f1+t
I
UNIT
PRICE BID
Bidder's Application
I lots IelrcHh,rnpm
Ha" i4PrufppI
Ld�dS�ude,ri
"
I
$Ifk�Y.n
Uail�f
94+
I
lirM ft1wI
Bid 1'�ior
ho
M �'
Omfity
LW11: SAldIFARY
4to.m 3 Rmewm it $ewer L+io
024114
LF
$0
S1D..f3B1.49
nil I so. 34
2
3$31 A 115 .0' Ss"r floe
$1 12. 3321
LF
117
24
S1107.0d
if75y9AM
3
329 F 061$ Cane ant Reprlr, ArberkbiAnduslrvl
32 4f 3D
Sy
91
WIN
W1$0 co
4
3"0200, SenMer &S Ww Jundim Smicure
33 39 f4, 33
EA
1
3029
S0.40.0
JAB 440 IS
5
:1305010 Treno B
J3" T4
LF
117
5590
5+594 30
5
3WI9101 Manhole WeLman Tesllnq
.33013d
EA
2
125U
55DO.D)
7
99�90ml SewerFl9wWor
040D0D
L$
1
$18.
$ DAN.p0
9
9999002 ConmcW Io E!dv..ng Sews MH
000*0¢
LS
1
93.E
$3ti ,00
9
3x-OWZPeek-CCTVlmodell"
33(1131
LF
f17
51-D.
#1-170.4J
10
99990041 4,X 4k 1rRime,
04OD0D
EA
I
4
S `3%
: wbc
i 1
� S�DGI?+ Flr�l M±1-=TV IedpefCm
3S O1 3i
F#
$
#M _
.00
fMtT
Ik SWdTARY B
PR0Y ---
.A0fi1
CM IN FDCT 44mZrF
�tA7� Vlb•KLS F' 111�C710CX'mcirIL'!4T.7r1Amorvbmw%. nrWj MAwAkN i.M& OM
RAM yi4M W61,02. P141 { �6r.Yki1 t���ti_Ya��g7 dL�M
SECTION 4042A3
Dev&bWAwardtd Prg4Mv - PROPOSAL F&D.V
UNIT PRICE BID
MUM
WLr- FM
m4p I.ali.
Bidder's Application
PJOfta Usti I fwmahp{I f ;•�
I4ti:11111cm 5rc fQllm Lfill f W
��' r.�..�phm I S+Fs�n �Yk I kia�wne_�� 4,71YI I'��ifi I f1W �ti ■luo
AM SYr=d17
uNNT I: 4 mUt kMPAovEMeWS W 317 559
1MI T le• SM ITAIRY StWER ■APRME MEWS 595 590.61
Todd {'an1lA{ylaF �Ytl $16�r9G8.71
rhh 61d3h %U1hMilled E7 Fhee*dgrrmed kwrtewe
MKIPM
d litln 1 i4vYS ■Irie M
I W 061 VL Ed" Lh LL ]wdr 1Y1 t
No J1oh 72A 7777J—t Y• iI �
CAbra14of ACftn I ccmpkIr IV413LK Nr FL4AL AC {EIrPAsruE-IilI&
CONTRACT cum wr■ In "i AL F"k$ El1 hl 13K iieitfM {'8#�ilkSrti
M�Of ggc jIuN
MYQF 5"3r WQLTM
sY1mN"Gu43TvA-r 6dG:mcuw ATxN rxes-wp4, • LEv Lt awkp.-1to rRG.2m
F+ Ym 6rtr : Jt-
In -Ork drfsAff d K &wevpbmtk*
s cGpr4 OnnLf6 PL Old hw++l�rrM_�rw_Irt37!4 +
N4a i a
GAPMQUALMICA rHOSSTATFMENr
r+p14w1
SECTION 00 45 12
DA? — P EQUAL1F'ICATION STATE MFNT
Each F}idder is rogaired to co plt!te Iht inibrmajion b0ow by idleWfyi mg the prNuahriied cammwtm
zmil)w sulbomlmaetasrs whtaaYl thicy i nlemd to utilize f0T Lhc Major wai-k ty*s) li d.
.pmvidc the r-um Jew maim work Iv rlhc WaMr
Dvpartmcti r. ri ri tit-: i; r :,ri+i seer and TPW for p8%7ng.
MW Work Type
Wuft-wor Mains (1 9" &
Under) New Devrlop mni,
Rehabilit atiom, urtd
raid-u lopment using QNji -Cut
cotswu`tium melhuds-
Water Maim (IS" �k Vmr ) For
New Nvelopme7it,
RcholbMiNtion, attd
1kvdevr1apmr.nt ming Opm Cuq
ComtruCtim Me htkls
Corm-aotuvSubco-nwartu-Cpmp.RTtiy Na
MtLve6ck UTiLity Curamutlan Inc
Pttqualifkation
Expir tm Date
WWbU26
M-0vetick UTiCiLy CUMUU01ian Irw. (WNM26
The undersigned hereby oett[ifies 1hat the conm rtnrs and iw-5r,Lbcm dmm-bed in the table above!
are rummily prequalif ird for t c work Vpes I i sted-
RIDMR:
N1 maic4 U# lity Comorwrc m. Inc. BY: TeddjDmmel _ - -
lEl01 W. E�ulc I#Ivd., Sty. 112 i
P.O. BE 7 $
Ertl. TIC 76()39 �tgrr$
TITLE: P esident
DAT@; 07/28/2025
FN D OF SECTION
morroarvpgnw
DrrrAJ'hY. ]ndmtrial irnsat 6rvdopmtm
51AN DARD raMsrnKrMM M41WI; R &TF)w 53+rE1ti+EhT - GMLOWE M rr.rr„rohld MGytTS
Fo %%r SWmmbm 1, 131% C'np Paap[i No. WSW
%457A-1
1
2
3
4
S
6
7
{'ID�hITR8,MA COMPLANC9 wnm wDRQjgL& C0MPEN&kTLUr9 LAW
pap 1011
SEC71ON004526
CONTRAC 0RCOMPLIANCE;WITH WORKER'S COMPIFNSAnON �11W
Pursuant to Texas Liabor Code Section 406-IM[A). a!� Arnondad, Contractor cartrfl-asthat it
pryrldes worlmy's corn ae n cation imU flmce coverage f or a Ll of Gts q� rnplDyqe5 Rmploved w
City Pr-Dject No, 1061 . ContraoZor further mdtles that, pursuant Do
Texas Labor Code, Sectipn 406-096(b), as amended, it wiLL provide to pity its
subcontracttrr's cortiticAtes of comphence witl-�worker's comparnsatiorw c fege.
9 NTFtACTOA-.
16 Maverick Utifty Corwslruction . Inr,,,--
11
12
is
14
16
16
17
18
16
26
27
22
23
24
2S
26
27
26
29
3G
31
32
33
Ca'.MpAnyr
1001 W. Euless Slyd, SIB_
Add reds
ELjL.a ss_ TX 71sm
CitylStatefzip
THE STATE OF TFXAS 9
CCIJkVTY OF WRANT 5
Ily: Todd Bonnet
Si�f�tUre:
Title: Pir6 of
(Phase Pint)
BEFORE MF the vrrdersigne•d auth-Drity, on this day pamminalEy appAsired
`7 -0) +��` _ known tv me tobethe p$fson v:rose name is
49uh&adbad t4 the forepinginv Lument, and ackriowledgadto me that h0sloe executed tha
Same asT# -a -met and tl-cttd of � ' r—V. for tha purposes and
cc, sidRrarion Rh erei n L,,xpressad and In Kh& ":pa-tity therein sr$red,
GIVEN UNDER MY HAND AND SEAL OF OFFICE this � deyQf
_4 - ,
BFkm sTE PHAN COOK
i � IOF TEXAS 1 � Notary PftFc in en hf0 TO Of Tema
MY h1owry 01 F SECTIQN
CrrVW €DUWOPITH Drrn>< AK ladwa l Ttnmc Devewpmbm
STANDAWCONWAUC pm &wftlFlqAnQN GOCUMENT5 Cyr PMo KL Nil I06rss
005243-1
Developer Awarded Project Agreement
Page 1 of 6
1 SECTION 00 52 43
2 AGREEMENT
3
4 THIS AGREEMENT. authorized on 07/28/2025 is made by and between the Developer,
5 DrinkPAK II, LLC , authorized to do business in Texas ("Developer"),
6 and Maverick Utilitv Construction. Inc. . authorized to do business in Texas, acting by
7 and through its duly authorized representative, ("Contractor").
8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth,
9 agree as follows:
10 Article 1. WORK
11 Contractor shall complete all Work as specified or indicated in the Contract Documents for
12 the Project identified herein.
13 Article 2. PROJECT
14 The project for which the Work under the Contract Documents may be the whole or only a
15 part is generally described as follows:
16 DrinkPAK Industrial Tenant Development
17 City Project No. 106188
18 Article 3. CONTRACT TIME
19 3.1 Time is of the essence.
20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
21 Documents are of the essence to this Contract.
22 3.2 Final Acceptance.
23 The Work will be complete for Final Acceptance within { 28 } working days after the
24 date when the Contract Time commences to run as provided in Paragraph 12.04 of the
25 Standard City Conditions of the Construction Contract for Developer Awarded
26 Projects.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 6
27 3.3 Liquidated damages
28 Contractor recognizes that time is of the essence of this Agreement and that
29 Developer will suffer financial loss if the Work is not completed within the times
30 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance
31 with Article 10 of the Standard City Conditions of the Construction Contract for
32 Developer Awarded Projects. The Contractor also recognizes the delays, expense
33 and difficulties involved in proving in a legal proceeding the actual loss suffered by
34 the Developer if the Work is not completed on time. Accordingly, instead of requiring
35 any such proof, Contractor agrees that as liquidated damages for delay (but not as a
36 penalty), Contractor shall pay Developer Zero Dollars
37 ($ 0 ) for each day that expires after the time specified in Paragraph 3.2 for
38 Final Acceptance until the City issues the Final Letter of Acceptance.
39 Article 4. CONTRACT PRICE
40 Developer agrees to pay Contractor for performance of the Work in accordance with the
41 Contract Documents an amount in current funds of
42 One hundred and sixty one thousand Dollars ($ 161,908.11 )
nine hundred eight dollars & eleven cents
43 Article 5. CONTRACT DOCUMENTS
44 5.1 CONTENTS:
45 A. The Contract Documents which comprise the entire agreement between
46 Developer and Contractor concerning the Work consist of the following:
47 1. This Agreement.
48 2. Attachments to this Agreement:
49 a. Bid Form (As provided by Developer)
50 1) Proposal Form (DAP Version)
51 2) Prequalification Statement
52 3) State and Federal documents (project specific)
53 b. Insurance ACORD Form(s)
54 c. Payment Bond (DAP Version)
55 d. Performance Bond (DAP Version)
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of 6
56 e. Maintenance Bond (DAP Version)
57 f. Power of Attorney for the Bonds
58 g. Worker's Compensation Affidavit
59 h. MBE and/or SBE Commitment Form (If required)
60 3. Standard City General Conditions of the Construction Contract for Developer
61 Awarded Projects.
62 4. Supplementary Conditions.
63 5. Specifications specifically made a part of the Contract Documents by
64 attachment or, if not attached, as incorporated by reference and described in
65 the Table of Contents of the Project's Contract Documents.
66 6. Drawings.
67 7. Addenda.
68 8. Documentation submitted by Contractor prior to Notice of Award.
69 9. The following which may be delivered or issued after the Effective Date of the
70 Agreement and, if issued, become an incorporated part of the Contract
71 Documents:
72 a. Notice to Proceed.
73 b. Field Orders.
74 c. Change Orders.
75 d. Letter of Final Acceptance.
76
77
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-4
Developer Awarded Project Agreement
Page 4 of 6
78 Article 6. INDEMNIFICATION
79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its
80 own expense, the city, its officers, servants and employees, from and against any
81 and all claims arising out of, or alleged to arise out of, the work and services to be
82 performed by the contractor, its officers, agents, employees, subcontractors,
83 licenses or invitees under this contract. This indemnification provision is
84 specifically intended to operate and be effective even if it is alleged or proven that
85 all or some of the damages being sought were caused. in whole or in Dart. by anv
86 act. omission or negligence of the city_. This indemnity provision is intended to
87 include, without limitation, indemnity for costs, expenses and legal fees incurred
88 by the city in defending against such claims and causes of actions.
89
90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own
91 expense, the city, its officers, servants and employees, from and against any and
92 all loss, damage or destruction of property of the city, arising out of, or alleged to
93 arise out of, the work and services to be performed by the contractor, its officers,
94 agents, employees, subcontractors, licensees or invitees under this contract.
95 This indemnification provision is specifically intended to operate and be effective
96 even if it is alleged or Droven that all or some of the damages being sought were
97 caused. in whole or in Dart. by anv act. omission or negligence of the city.
98
99 Article 7. MISCELLANEOUS
100 7.1 Terms.
101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions
102 of the Construction Contract for Developer Awarded Projects.
103 7.2 Assignment of Contract.
104 This Agreement, including all of the Contract Documents may not be assigned by the
105 Contractor without the advanced express written consent of the Developer.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-5
Developer Awarded Project Agreement
Page 5 of 6
106 7.3 Successors and Assigns.
107 Developer and Contractor each binds itself, its partners, successors, assigns and
108 legal representatives to the other party hereto, in respect to all covenants,
109 agreements and obligations contained in the Contract Documents.
110 7.4 Severability.
111 Any provision or part of the Contract Documents held to be unconstitutional, void or
112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
113 remaining provisions shall continue to be valid and binding upon DEVELOPER and
114 CONTRACTOR.
115 7.5 Governing Law and Venue.
116 This Agreement, including all of the Contract Documents is performable in the State
117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for
118 the Northern District of Texas, Fort Worth Division.
119
120 7.6 Authority to Sign.
121 Contractor shall attach evidence of authority to sign Agreement, if other than duly
122 authorized signatory of the Contractor.
123
124
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
125
126
127
128
129
130
OD5243-6
AffY010 erAwarded Pr OdAwer wn
page s of 6
IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in
multiple counterparts.
This Agreement is effective as of the last bate signed by the Parties ('E fecOm Date").
Contractor:
Developer:
Con, I nr,_ QrinkPAK II t
Todd Bonnet - —Jim i• d
(printed Name) ZPrinted Name)
True: Title:
Presedent Senior DirW-or. Proiatcts
Company Name: Company name:
- hi_ a+rericlk U-stru .tion. anc__ DrinkPAK 11. LLC
Address: Address:
1001 W. Eu ess owd. Ste- 312 _ TM Oak Grove Road --
CitylStatelZ9p: City/State/zi :
Euless. T}C 78039 Worth, TX 76140
07128/2025
Data
07/28/2025
Date
CRY OF FM WORTH DdnkPAK IndusMITer►am Aeyw4 munr
STANDARD CONSMLICMN sPECrFICATiON DOCUMEMM - DEMOPER AVVARDEA PROJMM City Rmi" NO. 100188
Revised June 16, 2016
W021!i-11
4 THE STATE OFT ERAS
5
$ COUNTY OF TARRANT
7
REF:FORN ANCE BOND
Page 1 ad a
S E CTION 00 62 13
PEFLFOPIMANCE SOND
KNOW ALL BY TH ESE P RES E NITS
$ 7h;Dis wc, _ &mlri�k UtiUrw Cor3atruction. inc. , krhoml ;)s "Prrntt p t-higrain and
SapYayars -mutual _CLAUSLsY Canpar.Y , a corporate Eurery(stJretle$r if mare than
10 onoa duly authorimtl to do business in the State of Tung. krI-QWrt @3-SUr0tV- herein fwM ther
11 one or more). are h-Pid arpd firrnty Wund unto Me Otyglopsr, ORllNKPAK11, LLC
12 . aukht)n3ed to do btasirtas:& in Tiaxas I'ID evMoper'} and the Ckry of Fort Worth, ;p
1.3 Tars nti-urki-cipal torporatlan ("City"), in Lbe penal 3urn of,
14 One hurWred and !4n, one u&mvd D61ln rt J$ 161I I ), lewfuL
one hdndred&i " cdws 8 tktfmwts
1 ;� Morkey of the U nrt$d States, to he pa id in Fart WDrth , Ta rrman[ Counter. Texas for the P"r menc
1$ Of which &urnvmtLand truly to be made foinkky unto the Delketop,84 DrW this City an duaL
17 ci bligees. we b ind ou rgeLveg, oLJr-heifs, executors, edmutistretors. su ccessors end ma5!�48ns,
18 Jol rltLy and severally, firmly by these presents.
19 WHIEREAS. O Rr3psr and City Frewe-entered into an Agreement for the eonsbrucI400
20 of community facilities in the City of Fort Worth by i�rW Through B Community Finaciiities
?t Agrepment. CFA Number 1:�PA255 0095 - and
Z2 WHEREAS, uhe PrincipeLhas onrtiftred into a certain written contract with the Dewe1Qper
23 awarded the 1 eth d ay o f .]LjLy , 20 2 r, , whim ConMCt Is :hdr-a1y V-Mrrad to and
L made a part herecif for $Lt Wrposcx as itfuRy set forth herein, cc furnish skL metariaL%
2_5 equipment labor And other accessories deflne� b'� Jsw, in the prosecution of the W&k.
2$ incLu ding marker Change Orders, as woviided fir i n Laid Contract design stad a s DrinkRAK
27 1 n.0 w gtriaL To norm CleveWpment.
CITY OF FORT WORTK Orin PpR Induuii3! TArarr. Dr,rtIc.4, .Qni
:STANDARD CITY CDNDrr*ON5—MnIOM A M DE D PkUCCrS Q?N Prcrw Ke 1 XI K
R"sedJarwrry31, M12
000213-2
FT: RF0RJ"LbNCE 94D4V0
PLo-2ora
1 NCW, THEFLI F7ORE'the conditiion ofthiS QOW[on Is ouch thM If the Said Prineipet
2 rhaU fErithfuLtyperfprrn it obl*jion3 usiderthe Gor c=T arrd SNAIL in aLL resPeora duly and
$ faithiilty parlorm the Work, incLuding-Change Orders, underthe Contracl, according to the
d pLans. speC7eeotign-s, anti -�Orrtwt d"VMer is 14erairw refarrmiJ to, and as weLL during any
$ POrlod of extenslon o! Ills Corwiroct that nrieVyrbe granted on Lhi� Part gf the Develgperpndfor
6 City. therr this -obligation shed he and �acarne niagl $rod vow. othefwise to ramah l are tuLL farce
7 and effept_
s PROVIDED FUAT"ER, Mal if anp ltpl acti-aim he Lid err thi-s aondraanue shaK Lie in
9 Yo rv.DnL C-au rkty. Texas ar the United States District C"rt Nr the Northam District of Texas,
10 Fort Worth Division.
11 This bond I's raa-de and ex uted In compLiarltevA h thia provisiana of Chapter2253
12 of tree Texas Government Cade, at. ernenod-ad, and all lisbMiea on thin bond !sh;p1k be
1 ;3 d#4t*rn kifl&d ir1 4§r-Cordanae with kfle provism na of jaid alai ue-
14
is
16
17
16
19
20
21
22
23
24
Zb
Z6
27
28
29
34
.91
3z
IN WITNESS WHEREOF, the Principak an-d Irka-SuretV lmva SIONEDand SEA ED thil
inatrumenj by 01jty8ulhQFIZ" agents i9ad officers -an this tha _ L3-' deyof L5L"y _
.1 20 2 5
CPrinr. jpsJ) Srl!?'O F
t
J-NtVJIVII"��
'A'itn..s. to Prir1cipaL
CITY OFKNRTU OU4
:9TA lDA114D 0ny CAM DMUN5 - ME;LDPff AY MDIE 7 PRGJCCFS
PRINCIPAL,
MaYffic S Ubjqrr t7pfY. Inc-
TOM- Bnnrr�t. Prg i Ark _. —
Name and 1il]e
Ad sa: 1001 W. Euless Bird. $le. U .
EjiLqsu.D76W9
DnrikPAX InoWCn2Lftn.7nLDnv610pm¢n1
CA' FEDWA n 1 D01M
090 Go-3
1
4
s
6
7
10
11
12
13
14
7s
16
17
1$
19
20
21
22
PE FCAMAINct 8ONO
Papaad3
SURET V.
r.wl4ycr, Hwtual .1102 :tg C40P+r►F
BY-
C�rti[cs a_ Millar - $zSr+Y-fin-Fib
Name end TTiAe
ids �OV-- d IX �0305-1371.�
Trlc +hone NUITIkF: 515-29G-2944)
*Xoti . If signed by an atTi-cer-of tht Surety Company, there muo be on file a cercitied
extract from Ilse by-laws showing [hai this awn has authority} to sign such
Pb6gation. If Lrety°s physical address is dtffurc= [Fom tr& mailing address,
both must he pmvided_
Thp da[c DC thm boW shall not be prior to tlra datC the COHIMM IS -dwardad,
CITE'OF- FWTMKIII-I
:STANDARD CITVCONEHM Ns-OWELOPERAWAROEUmrmEM
PPIMMV JIMMrf 31, 2aF2
OPInkPM WWuitrraI Tan=nL Qralaprmnr
GgY P"4W Mq 1061W
M6214-1
Boed N*_: #054%1%3
PAIW EW OOM
pvp 14r7
7 SECTION (10 52 14
2 PAYM ENT PO h C
4 THE STATE Of TEXAS E
5 5 KNCYW ALL BY THESE PRESENTS'
6 COUNTY Of TARRMT It
7 Thy# we, M8v8rlGk _iRN Constructicin. Inc_ . knoan as "NInclpal" herein, and
13 r+*?.4Y¢r4 MA-dd_J Casu¢ltk Ccfi.Ps,1 f a coripalarLe surely ( or
R svreties if more Oan 0MO), duly aurthorized to do ausiness In the State of Texas, kilown aS
10 "Surely" herein fwhL-their ane Qf r[I-P(el, ;E�tv held and fitmLy bound unto the Cavelaper,
11 DRINF{PAK u, LLC , authorized to do buEiness in TexB!3 "PEveLoper" ), @nd
12 t1e City of FW Worth, ig Texas municips'l ccrpor8[ion ("CG#>y'�, In the pertial &urn of
13 or* I N&W gam. `r-QM 1 arrd Dolkafs ($ 151 9M.11 � 1, lawful
� IgrWM e► '�i �3 G�+6n Sr$5
14 mcine+y*f the United States, [-o b@ pad in Fort WDrth, Tarrant Cnunty, Texas, for the payment
15 of which Bunn well and truty h�a mude jQintl,yr +jnto the Devekaoar and [he City as dusk
10 obLigees, vve hlrrd oufselves, our heirs, ex kJlors, 9dministfawrs, successors and assigns,
17 joinuy and SeQera9ly, firrsl(y bythese Qsesenta:
18 WHEREA$, Clevaloper and City halks entered into sn Agreement fQx the conMrUC#Ioa
19 of community faoiLities in [he City 43f Farr Worih. by end ihr-ou$h a communiTy Facilities
20 Agreement. CFA Number CFA254}DR5 ;and
21 WHME , Princ:ipa1 hj)s untigred into a o-erteln written Commit whh peyeloper,
22 ewelded tltie 20--h rfaY of a41V 2 :s , which 0-ogigracir PS hereby
23 fe%rred to and inede a part hereof for iki porpo&os as of fvLLy se[ Iorxh herein. to fuMialr all
24 meterl$Lg, equipmenT, labor and oti-ler acces&orres as defined by I�3w, in [he prosecLktton of
25 the Wnik as provided far in :98id Contract and desigoatod as Dri n kPAK Induscdal. Tenant
2S Qewa Icpment-
27 N W T H EFLE FOR2, TH E GOND11TION -0 F THIS -0 RLIGATION is such that if Principa5
26 S11M pay all Monies owingto any jano $LL) pAyment hand 0e."1iclary (;Ds delioed in Chavrer
CAN OF FoP;rwow w D-LPAk Ir-isinrl Terw-. Otvi�iapmnnt
$TANWID CITYCONDITICNS , DFALUPER AWARD -Fa J3ROJECT$ City Rrtect W 106 in
R11-1*09 Melmory 31. 20 4
062 14 - 2
FAYM E Wrbow
Rip4?DQ
1 2253 of thq§ TiiNucas GbVdFnmf3nt-C. 8$ am@ Tided) on Me prosecution of Chia V&tk under Lire
2 Contract, then this oWIpOon shaMI be aM Mcome n u1L and voicl; otharwln te remidin In fuLL
3 Iforao and effect.
4 INS bond is made and amauted in rompEiarwce with Lilo prowislorls olChia ptai 2253
5 of the Texas Gvvernmenk C04e, as am ended, and au [iabitW2S an this bond 5WI. t)e
$ de#errrlerred In acmdarlt;ewith the 10mvieions cif said statut-e-
7 IN WITNESS WHEREOF, [he Prinorpet and Svrety lhav%e each SIG14ED aril SEALEC
13 Chi6 instri-rment by dLtLW ourboriFed ;agents 0+1d otfi&grrs an this the 3=ai day of
$ jJt, ,20 2�, ,
1�
11
12
13
14
15
15
17
18
19
20
21
2:2
23
24
25
2$
27
28
2$
30
31
3z
�3
34
35
137
ATTEST.
�P�in�ipal�
(U�L4)V��-
witnesq as to pincipifl
CATVQFF(MTWOR H
:UT&N ARD GMYCOENDITM3 - WVEILOM AY"ACCD PROW€.'45
NwUed Ja►•.rogr 31. 2012
PRINCIPAL:
CkE;.
E3Y
Nflmz an+,i Tiflc
Addmss: 199] YV._�ulen KVd.81e, 312
EuLe ssr iM 7 39
SURETY_
Er�p14'f1 �i #1u:wllUdlLK t•d.-,y
��naEvr�
[2�art r� k_ h[LIl ■e - kt �aeaoV=Ia-t��_
Name and Title
Akmr,; r.o. saK tie
TcIcphv n Number.
GrmkYAW I -k5 T&tw r Wr"e,i
pity N FO. 1109tas
006234•3
PAVW-HT 0004
pdpaG«
7 Note: If sEgned by an 0FFIC r Of d1e SUTVY, thcPC must bC on rite a certified extraea fmm
the bylkws sho'w4 rha Lhis perm has auihor4 to sip such obli tiois_ if Slmej is
phy-s eat &ddms is -di ffoernt from M. Mailing ad&m, bmh mum W pTovktod.
4
5 The &itc of the baud Shalt nckt be prilor as The daic Ih-t Cpntrav as awar&4,
6
7
B
i�
EXDl U� SECTION
CITV 'OF FORT VMRTH 4r hkPAw lndw 9rlulTmrvntDrmlopmenl
:%7PNID4Ra CITY COMMONS - OlErEe.OM AYwARt V Mapt as Crdy Pml&d NO 10BIN
fo-1 #rj Jv"lx 31. N 12
P-0- B*m 7ItFN5 MQIMW Iowa 541 -0712
POWER OF ATTORKYAPPOINTING INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that;
1 Emplaters �6ulual Cesuelbf Eurnpbny,�n�pr�pf�RJpn
2 Ew ftSCO m„ unc*e mpdry. anmaC&perabn
:1. 1143A bpranoe'rgmpirgr pt P r-#, an Iowa corro mm
I r%Sx: RAN CE
4. Illiftnis EidCAKU Insuroncr Campany. An IQrn Corxrmm
5, Oakola Fire Vmrame Cclhpa7r. a North I)AothCorporadcA
S. EW Pr wrlr & Casuals Cer^ u.no- an Iowa Corporaben
Nrer,afw rvemed u se•d&a?y as -[arrl my e d car'ecvvely ors -C+xnpapre9-. earn tom. by Raw pre&e7ls mAe cmuft r aria app oI
HARLE 8 K. MILLER
115 4'ue end U*AA aIIo 'r y-ii,lW -Kith• hA powed and authorty Doreemed sD sin, seal, a e xvcuM eo R4Wjhj ^FunM Bpoar
SLP*L!r @ond Prirrdpmd:
Nymbir MrsvarckULAIVOrrsuucum,
Irro.
42$3
and ID hrnKi gaGh GvnNryr IharoW as hiPy arrd to Lm sanit eAenI e$ I Wch nl&I rnenls. rime 1V by 14 d* aaaiWiz N offur9 u# 9an suO Ucva rty• moat
Ws al 5,W aWney pursuarr. to Via adWdy he'ehy •pen ark hbrd#ry iX4W and o3oIimreo
AUTHORITY FOR ROVER OF ATTORNEY
T.s Poyb a r -n4 - XVm y is mace and a`avetuiem pursuant I and Uy the aurhd3rc�f of Ih£- rCw%p res.'rdXcn or Iraq bmtcl& Cr or eeth of he ('wpuIas aI Iho
first re; lady SCheWeo ffeeoap & eeth 6VWny 4* 4AW and Fd il 1 .
K$0LVED- The I}m5OmI arm Chet E9bnL" 0"r, "Vto Pr0'�dQr. ft Tr{r,lR# mr and tie c -rvy DI Er -CM yvs Menial cswrjr oxw N lfm m"
I?Me' art aLMOMy iD 01 ap t BhGme 's•Inddd SM 4tt Fwn Iu. Mxwww on Uftg cd earh C and Aach the €eal co the tha� a0, wbft
rk �r, akmakV% Aixo3 n12a�l s, oxdram to aity Arid dlhgr wrrtkNp oUigaRn in tm he fLp�" the0 6 remo,re ar,r 3uC'r anoarnt+ re'W as gN &"
and mi*e tha poorer ar d a h. nr-+gire n. IC I1ra 0 Pb, ATOmays -W-Iad"ham power and audwty, suba;tL.i io 12%hems and Im Loali:rs 0 Lhe po,q"Jmxmp�
.vk*d'Q'JfM 10 asreWe aml m N a i or. LxWV cd 10 CurVaT. and ID elta•'Jt ft seal 7I the CtlrravrVtemb b" and uMeneangS_ cmpamdi
edEs'4a'ft 9BrlaiBrrll-rrili*61)iplery+ir. the r4VO llhwW and aM stc+l m5tr'.,mdrr fineulod N any suer ono jr Irr r0 shall toe ryty m4 In ap VIM
the 051•mrf. -�'eafto " 83 * ►h0 vW ry a "P;Nvw'9'fff'xf ajar LuW }op in made ty on 01TIEW or f •Tlipyal5 MuIuaI Cos -A lly Cofflo"" L4 Nll� in al
iegwt€ I:irid qu}dnlhii{;errrp,#ay Thuip;! grawhancal Xmpr€d"d�eoruchafrraxr,*Mhei Nukkheiel gm4rFw4kft 1whwRSw
a teIiI*d rCM of or p6wimrbO-oIltr_r$p 0 Grp GDnVany_ fall be "PJ and ti • -Amo ih8 Cofrf&rr• rrilh lha &&110 143rc0 Ihd ON -Kt as thWJQh md.MEdiy faHn@d
IN INrfr#ES5 1I-1tWEGIF. Ihe{'Arr'f&%(-$ lt. q t544d base peeaaanl5lo k* Ioe eaohb f IhorDMrc as sh&mi and the Co+ owA paM rr} hprgV 3kod M
22nd & SW-oft-ber 20-2
% ��'}�, i ri • A Jim. dw a CA-1) TOM SIrWW..{'E�'2�9 $�G+i�[. Vkm pre'r1dmL
ti*� 49' Car ti-- 7' rS�'i4 ��,+4'�i i y l �"} :S 1• mI; � "Offk 71 •.K'L rerery mil
Ems' �$'; =}+■° t}�=f; Y-+L; bL'E m92 3,4•590 �1.t.3,{.596
F
M1 ry
!SEAL
SEAL
5 2 SS
�+d+ �rF �UiiFM
1X III, "nd A40r Gvp4-taar 202t heid�o m4 0 Notary Pµ ►� I+M1he
Oflawa. WMa f appeared SUA l k Am dkI TOM S* U4. . *mg by mrduf vmrr,
did We IhaI Ih" are. aid are ktKnk410 Me b W ft CO 0. G%VAR Pnm&a. E 19:iaa ive
wte Prest". CheI Legal 011r jr orm+dr SorI *y, t%* d wh A"CDrq mmos
&bowe. M the "s allutd m fhb it 3m w4tN MOM *o s 0 said cywv ono 1rkm sad
i}9k'mal *e &9md mid 3ti-ridod on kha►l yr Udh dl4ro Gu., mlpn by wftrlt� rl Iheir
k—WrIme &AM Gr DeOC M." to the >�W Sit R Jean and Todd S.rWw. as qzr,
*10M Ui0MkI }od the iAwj n of said icWrLvert b ba them vdorlivy ay. arrd deed
&Adt4mOWwy IV. aiddgW al eataIt..1mfiawpmjas
* OnffftW Eipires OCldavr 11, MI
CERTIFICATE
NMark P.g arras flOr JW S ;q 01Aa1
I Haan P Sofinoo. Yte p•epder pf Lhr Gwnparm W he" U14 Mal Pw ivogw V re39Ur, ar Lhaa burdl al a� by .6th ¢1 lfa CerrfmrL=. and
Itis Parrar ce Afte say i&kwsd pu&Aw.. ox,Slp on 22rrd day of S0Vcmbow , 2d2-2 . We Vue er7ar owed and aura �Nl a Nd Wee "erdet•I
Ir I-o5wwyf hYrreredl I haµe subteM d my tarot And ALA UV IK In. sc?a rl e� k qNs 3��1 �y of _ ' . 213N
flos_ /
o Pm dwI
F451 49421 MFA292-1�11= S}I A;, 093173 "Fo1 eat m o! the auLr'rrr'Aitft of the Pdwar ar Atwnmv y m may ralr [5755 m5.Tgw
IMPORTANT T OTl I
TO OBTAI N I R MATION OFF MAKE PLAINT:
Your may conlaCR Emip[cyers M ut uja I Casualty Company, Union Insurance of
Providence, ancU-or EIVIGASCO Insurance Company for rMormaticn or to make
a oornplairit at;
Emptoyers Melaal C;ativalty Company
Attn: SurotyClalms
P.O. Cox 712
IPLhs Moines, IA 50303
(515) 280-2 9
(515) 280-2854 Fax
Yo1j may contact 1ho Taxas Depadment of Insufancc to obtain Ir40rmatiC0 on
companies, coverages, rich% or Complaints at:
Texas UcpaFtrn en t of Inn ura nce
P,O. Box 149104
Austin, TX 7877 4-9104
(80) 252-34aO
+4fi` AGH TH IS NO TI GE TO YOUR BOND- This notice is for informall on only
and dpe� not become a part or a condition of the iatzache!d document and is
given to c urnply with :Sei� ti-P n 22534M, Cove rn mint Code, and Serf i-ar+
53,202. Properly Code, affectiva Sapbam4er 1, 2001,
72�4
*0021s-1
Mn,l kn_! $05"M
MAINTENANrE HOOD
Rfte 1 o r ]
I 5EC71ON 00-62 19
2 MAIN fENANCE BOND
3
4 THE STATE OF TEXAS 9
5 a KNOW ALL BY THESE PRESENTS.
5 COUNTY OF TARFLANT S
7
Tbatwe_ h riokk.U.[ikity ConstrucliDn. Ina. , krLown as"Principal." h sfsiirw and
"loyin mcurl a:3U&_1:y -offqRarry _ , a ccrparete;sufety (sureties. it more Vion
10 ofie) &;[L authorized to d o bu siness in the State of Texo :, krlowo as "Su rely" hI§f0 in I;whetller
I i one Dr more), ar$ held and firmly bound unto dha Deveh3per, DKRINKPkKii. LLC
12 , out hor ind to -do flu sine ss i n Texe a (" Dewe lap&r" ) ana t he C,ry Qi Fors Worth. a
13 7cxas m-Iniaipel co rporatl an (" Ci#yn �, I n the sure of
14 One handrN end urN errs VoffAW D&Lars ( 3 f 1.90.11 �, lawful
roe hundrao eiom ft rs & -Bkwe afl Drffl
15 Money 61 Che United States La be paid in Fork Wqith. T$rra-ntCo ni;y, Texm. for paymon[ of
16 which sum wal.l. Qnd mAy be made lajokly unto the Devtkuper end tha City as dual. obligees
17 and their3Lkccessors, we bind ourgaLues, our heirs, executors, a€Inlini5tratQrs, S-ICoess0r!2
1 -13 a nd ass igils, port tty a nd sawerally. firmly by tht-s$ p re 9,6nts.
14.) WHEREAS, D LflpeE and CityhaW enteMd Into an ASfeernerij forth&corrstfuCticn flf
20 aommunlitp f&c1lities in the City of Fort W-0 h by and thruugh a Community Facrl,kles
21 Agfeernent, C1`A Number OFA25.9P95 :and
23 WH ER EAS. tFro Pin nci pal Era s a ntsred info a certa in written contrrbet with the
23 DeweLaper awe reed the '�' r. aev of I ; - , 20L .>rhieh
24 Oantr$at Is hereby reforroil 10 and a made put hereof fcr SIC pWrpQs" ss if fLALy2&et JOrth
25 Jti�rei-n, tg fUMi8h ell malensls, equipment labor and (pMar a4% O&W riim as defined by Law, in
26 th a pro ct,tton of the Work, I ncLud ing a ny VV*Fk rasuL[ing f rcm a dulyr a uth o rize-0 Change
27 Order (ooltecUmty herein, the 'Work") as pmvided for is saicl a-ntracs and designated as
23 0ri n kFAK InduarrF al. Tenam D eLopmentk; and
29
orrvO.L FORr Y oRT i QnnVPAK Indumr;m Trnam a*,yLgptr.Frd
SrAh%DARDCITYGCti11oITMWU-DWELL AV�FClE1Dkr4OFECTS CrayPr{"Ne.1061N
kenfod landoey 31. 2V � 2
M6? 1%-2
MAIM rENANUE BOND
pale 2 of ]
1 WHEREAS, FriinCip-al binds ikseLfto use such mJaleriph�;pnd tq !3o G4f4#t'Llct the vyork
2 in accordance with the plans, specificsti-on� and ConkraGt Qocunitrlts that the YVUrk is End
2 wi U r$rn ai n free from def etas 111 rtnater iials or wafkman sh Ip Ior ,)nd diuflin� th a pert o-d of two
4 P) years after tha date of FinaLAcr!eptsnee of the Work bythe City (" Mainte-nance PeTind"I;
5 and
$ WHEREAS, princkpeI hind S ITsetf To repair 0 r reconstruct 1hia Work in whole or in park
7 upon r-0C[tiYh1g notice fmm th a DewelopeT andAa r City oI the ne-od thoeeo1 at any tame within
8 the Maintenance Period.
NCW7HEREFO RIE. the -Condikion -of this abbgstioh is such. that Lf Principal snaLI
tQ remedy anytieloctiwe Work. for which ttmaLy nnli4�ewas prowloed by Velooel or City, to a
I 1 completion Satjafackoryr to the City, then ThIS -01bilgakion sNaU bE ccrft nuLt And void;
12 atherwi$e 10 tarnaim In IUIL iorcearld elfac[.
13 PROVi DEG. HOWEVER, I f PrincipaL shali fail so to repo rr -p r reeonStrk.IGt any timeLy
14 noticad defsUNG WDFk., it. is agl;aedthat the Developer or CiTymie yciusg any And ea such
fr3 defective Warkto �e re Barred andlor r"orwructed with ell associateij co$l� theroof teIng
16 borne by IF a Frineion Lar1d VIS 5UFE31Y undsr this Melntenaace IBon-d; and
17 PROVIIDED FURTHER. that if erns IegaL actiun t e filed on this Bond, venue shall iis. in
19 Tarrent County, Texa-p ort" United States DiGlei-GlCourt fat the KDrzhern District of Texas,
19 Foit Worch Diwrsiora; igrkd
20 PRCIVIDED FUFRTHER, that thir.43btigetion shall he-continuou.3In matte and
21 successive racaverias maybe had hereon for sveGessrvv brisach w-,.
2.2
2.3
:24
Grr Y 4F FORT VKMTH DnnkPAX hdmRml Tv�rryi L3r aaprn¢ur
SkANMM' r= WNPITMS - PEWELOPER AWARDED mwcrs :A'}' Pfo}w. W 106188
F115med Jonuary 31, 2012
006219-3
1
3
4
5
7
10
11
y�
1�
14
15
16
17
1$
13
20
:21
22
23
24
:25
26
27
20
29
30
31
32
33
34
35
38
37
U
MAWTU"Ch E O(M
PM ]0r]
N WITNESS WH E REDF, the PrinciP0 8rHd the SurleV MM eaell SIGNED and SEAL ED this
in Stfument by clu jv auahorize�d apntS A nd Off icers OnL th is the I daV of : v i x
ATTPT;
(friiticipal) 5e
witrwgs $5 tOPrincipal
Al
(SR
w
PFUNCLPAL
1i M Ca1tisIrLc Sian. Ir c_
By-
Jgn@IUFO
TM-d Boftnal• PreridL1n4
Name and Tille
rkddreNs: 1001 W. Eutg-%& BLyd. %e.
EuLess. TX 76113!
SURETY:
r_%F LvYr`F4
BY.
Suture
F. Yi Ller, Mto rntk-1n—Fict
NarTbc an4 T1 tie
Address: r.o. wx
Doi PO4mb. U 50196-07 i2
Te1cphene Number. sm-zaa_-t&sg_
*Nubc: If signed by an officer of the Surely Company, there niwa he en -rile a certified
extracl from the by-laws Arcrwing 1hal tris peTsmin has auihprjjy bp sip €UCh
o41igalien, If Sum-ty's physical addms is di€fereni frrnn its mikiling address,
bash must be pFovidei
The dalv, of the bond 5bal I w he prime to the date the Contract is awarded_
crry (W FORT WONM
5TAttii}AR1O:C1 YCQMDRVJNs-bMLOPERAWARDEDPr4OMKrq
Ronne d AKMirF' al, 2012
D rwAw IndwAr &L Cenank GveL:;pen aM
Cr"-Pert%O 1061M
P.D. Boa 712- Ns Moines, laws SMM.9712
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL M E N BY TH ESE PR ESENTS, that'
1 �mplo�xre AWlusl �a�l,alt�r �o�vrpen�, �� �r� �rpBrMipr�
2. fMEd,= Inpur*n4q Ownp;my aalawFCwpmlom
,3 IR*n Insutarm CA irpwV al PrarkkvKLL-, arh to Cwwr, *n
4. Illincle EIACASC13 InabrenceQnlpeny,Aft feetC&pareihn
S. N arin Fu#Irrfjrqncu CarrQrny-a Norlh L4haU CGrparBllarr
5. EYC Pfooerg8 CstLmItfCampiny,anIowa C44poration
ncrar rt r r rrpd 14 wweqti e5 rrr and €ActMefy es `C r* es`.&Wrlrdttl. by OW R'o5C.1I4 "e. ownE*I6-te and aW r;
CHARLES K_ MILLER
ils" and la4J alwr we-vi•rad, mih lut Mw sm a0ut(toftid lo 5�n seal, and wanxe fe le+e, ng SurerX 0.
Surat/ Hand wrrrelpal,
mumbir M afwnk kj IAby Comb Irv4:,,on,
.
y
St6-L 2 p d
ml 16 bM ee;r Corrrp" IhumrrF *s Iulryt &J 19 W says 0 a & as 4 sa€17 +ns rUn*MS Wei srpnea by the dfj Au&4ngrd aIk-efs of etch teary. aW as
or"eels aI &AK =W" pur$+ W to go aAvrrly he TbV 9yon are k**Lry rarrlred arsd aardaaW
AUTHORITY FOR POWER OF ATTORNEY
Thd POPWr OI'.drE rMy Is maOe"ffKA9l purwark In &M by the sr.^Nr17f 6 rr* kfi&ffMq msoW ;n 4r the Sim rds of 0 rozvp of or the Compwte5 al 1rrB
ISM rW A d y wJwWQa m of eid� eo nmV d* used errd he'd ri 19%
NSMVElr Tho Ras* rrI a4 CW E DkWm Officer. ar W Mm P RS6Bn 1. Te Irea"r and the St"ay d I=- i yers M.i4W SIX Cypdrrk ftA have
POWU ded aualigui y 10I1 F 4p "it akmr,yE'I"-W and our rUe twn LD m&xde an ImrLO SJ 0BLh CfrtQ*ry VV 4N Baal oI Ow &d-WrrV 11erw. borge
V4 d dvl�kir . rDxvauanoes. gwfca is of wdnmtp and 91her wDIvgs Ed Pp Kwy iB Ih* My rhur*A, sod (2) la remob-e 3,w such arlamey•ir~1avi a arby Lom
tare *4 c the per and aul11vty pioon is Ift or hy. Aim meyr,L Iacl shM " ppM►pr wW8w1h r,ry. s 14 d* wm5 aro I-n wnas of the pD&Hr•nf,atrxrre�
issued 5� ?Wn.1a eeWW and dek%f an WISIF d 1e €OrOany- end Bf ¢n,h tv U 0 1 d ft CampvV awela wmas anti? .rderLdk. g . TUVI& Wes m. flaee mB 01
W1r�4 awl wnINS.0h4pakXy In the rahne Iheretil. &'td ark &Pbh IftffhO rr 43OPAirj by a'slr1r a4UNy•M•Iari snaa be hrl' and In ell espew blrwd g Upw
d,a Qrryl••q. og 4bra co a %InB,re!! hy61"LN► -W kwfta affixuoo hitrw mbb blran chker 0r E+nprev-s kiuluar Casa :y OYe "bo IMF' Wd in?N
n3wds hinder iDan LhiE C4mwj Theis acd*a+ r tmik4 dV Mpra*pW *4Vip of*" oftw, wheIPai made Im i e I d ve or -tw e a II ef. *Fweyv &W a6q wpm
a periil j { 01 asp pa'�5�' IF�rr+E�r 4'rt ce ,Bn�. ih�ll Gf} ral�l srtl bi ¢n4 Won 9re emparrr wllh the same'o+oB end stied a though Tunualiy elfum
IN WITNESS THEREOF, the fialmparyes ha,re caused Mom preen rm ra be br Bath byth" r� m sly+' aid #rye genie seas ►gyp herm &maid Ehs
Vr'4 d' of Saps wWr 7g77
Sews �
T, t A joi�. d CEO iodff Slrerrrer,Eroeeutivd Virg# P1�yr�
,,{� i4 %}8. r,� _ { _ •'r r ". yr'.`. 7+�'1 1 'Rren. Pmbr- i C'rii%egm? ariker A Swwat• or
•. �- -CC00I 5:2.1.4.56C3 CyrpBmn1,234.5a6
S r1m _ 2 5 I[up li3 _ _ IY3.3 _
_ MAL =
a SEAL s � $FA4l.
'i �'=
'4�
5 • ' t+ • f i ��T
Mp q.; �nn+r xaor�t
Ocr[ake io, 7
On Lhi$ 22rra days '-�eprrmeer Wom rm aNalaryr m &Wfar I!%Smd
#I kA4. Per*4 Wa appnaW SoX R Jai ps-rid Too Slratlrer,.whq"by ff* d*s%yun,
W S" J!haI IhRy arm ar4 a« WK)wn kr me W be Ir* CEC, min Prridw.., F-iOML *
who Pwwork Dwo I tcja' Otl<er arrd er SEcaIary, recp&A-v jr, 91 eadh pi sm Cpmprhirm
*vm.1haI the seals zI I aed to V�ci -W j nBrd are rid seals oP mid t.m QW
arsL�.r l'aa5 signed and sealml en behdd each al r_he Drxrpmietbl ambrg431 (hair
mwomm Bkards or DA56cm and IrA die seal R J$Bn eeQ Todd Slat Vr, A$ -dxh
Amers, ecvm%jgr d I n e eaed.8d1 01 $ad ms;1�rrmE'a ha Ih" v"Liry alai add de-M.
and the v w2q a:� s rd ?feed of ee1) &. tie Onhpsrint
W Co-Twv-'m EMpnlae Wob& 113, 202S
CERTIFICATE
hata•y •�.t�r�`' �rrd �'ir � S+grle �I�
k Ry&q
a SPI VW w4V;fMAJi't oa It* ih Wetrf mlf� MM tw Grp ieWul ov 4I lha &cords d owkNs W eats DI L'r&
w ia+r �, bad
PD n? kow, I qurr,denI IheW.o 4A 921V Orr• ar Sop1emmr , 21fa�.� , am ow aW i�vrW wie are slp kr t,M fwp �j fir.
In Tnprnl 14ha1 I hl�^C #�.bSC�HSBd rrr� +�afrr5 3'rd allaed tlse free of G7pr+1�1k� d is 31 eI 4, d July
AV /A� V0d P re9 iiiio
1A
7051 (9.221 3054-NA F7320 95 9 AC 003173 -Far writ cmbsn ar tihrr.1urhuntm:i4 cA 1ho P�m+r or bNrme jft +hip calk [$15y 34"j4 ,6
t
IMPORTANT NOTICE
10 OBTAIN IN -FORMATION OR MAKE A COMPLAINT:
You may oonlaGl Employers Mutual Casualty Company, Union Insurance 61
P'rovidencea ancVnr FIMCASCO Insurance Company iez inOc 17mation or to make
a Complaint at:
Empl-Dyers Mutual Castially C-ompany
At-tn., Surety Claims
Des Moines, IA 50503
(515) 2-Rg-2089
(515) 28CM-2994 Fax
You may Contact tr-e Tc xas Oepa rin, enl of I nau rance to obis in icfom kimkiorl on
companies, coverages. rights or connplipiir4S al,,
Texas Department of Insurane:e
P.O. Box 149104
Austin, 'TX 78714-9104
(600) 252-343S
ATTACH THIS NOTICE TO YOUR BOND, This notice is fir information on;y
an d does n-o t becom a a pa rt o r a c o nditi oa of the atlas hed document and 9s
given to Comply uVith Section 2253.048, GOwarnm a n f Code, and Saction
5$- 0 , Pr .PC-rty Code, effective Scptornbor 1, 2001 _
I
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1 — Definitions and Terminology..........
1.01 Defined Terms ...............................
1.02 Terminology ..................................
Article 2 —
Preliminary Matters .......................
2.01
Before Starting Construction......
2.02
Preconstruction Conference........
2.03
Public Meeting ............................
Article 3 — Contract Documents and Amending......................................................................................
3.01 Reference Standards............................................................................................................
3.02 Amending and Supplementing Contract Documents.........................................................
Article 4 — Bonds and Insurance....................................................................
4.01 Licensed Sureties and Insurers ..................................................
4.02 Performance, Payment, and Maintenance Bonds .....................
4.03 Certificates of Insurance............................................................
4.04 Contractor's Insurance...............................................................
4.05 Acceptance of Bonds and Insurance; Option to Replace..........
Page
1
1
5
7
7
7
7
9
.......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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
5.18 Indemnification ............................................
5.19 Delegation of Professional Design Services
5.20 Right to Audit: .............................................
5.21 Nondiscrimination ........................................
Article 6 - Other Work at the Site.......
6.01 Related Work at Site .......
Article 7 - City's Responsibilities ............................................
7.01 Inspections, Tests, and Approvals .......................
7.02 Limitations on City's Responsibilities ................
7.03 Compliance with Safety Program ........................
Article 8 - City's Observation Status During Construction.......
8.01 City's Project Representative .................................
8.02 Authorized Variations in Work ..............................
8.03 Rejecting Defective Work ......................................
8.04 Determinations for Work Performed ......................
Article 9 - Changes in the Work ......................
9.01 Authorized Changes in the Work
9.02 Notification to Surety ...................
Article 10 - Change of Contract Price; Change of Contract Time
10.01 Change of Contract Price ...........................................
10.02 Change of Contract Time ...........................................
10.03 Delays.........................................................................
24
24
25
25
26
26
26
26
26
27
.......................... 27
.......................... 27
.......................... 27
.......................... 27
.......................... 28
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............
11.01 Notice of Defects..............................................................................................................
11.02 Access to Work.................................................................................................................
11.03 Tests and Inspections........................................................................................................
11.04 Uncovering Work.............................................................................................................
11.05 City May Stop the Work...................................................................................................
11.06 Correction or Removal of Defective Work......................................................................
11.07 Correction Period..............................................................................................................
11.08 City May Correct Defective Work...................................................................................
Article 12 - Completion ..........................................
12.01 Contractor's Warranty of Title ...........
12.02 Partial Utilization ................................
12.03 Final Inspection ...................................
12.04 Final Acceptance .................................
Article 13 - Suspension of Work .....................................
13.01 City May Suspend Work .............................
Article 14 - Miscellaneous .........................................
14.01 Giving Notice .........................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
a
a
a
a
... 29
... 29
... 29
... 29
... 30
... 30
... 30
... 30
... 31
................................. 32
................................. 32
................................. 32
................................. 32
................................. 33
............................................................. 33
............................................................. 33
34
34
DrinkPAK Industrial Tenant Development
City Project No. 106188
14.02 Computation of Times ...........
14.03 Cumulative Remedies ............
14.04 Survival of Obligations..........
14.05 Headings .................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
................................................................................ 34
................................................................................ 34
................................................................................ 35
................................................................................ 35
DrinkPAK Industrial Tenant Development
City Project No. 106188
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either parry or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits o£
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: None
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: None
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
u 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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
x❑ Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
DAP SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 106188
Revised December 20, 2012
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 106188
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 106188
Revised December 20, 2012
012500-1
DAP SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH DrinkPak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
CITY OF FORT WORTH DrinkPak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of the
original design
d. In the City's or Developer's opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended Recommended
Not recommended Received late
By
Date
Remarks
Date
Rej ected
CITY OF FORT WORTH DrinkPak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013119-1
DAP PRECONSTRUCTION MEETING
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 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
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013119-3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013216-1
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
SECTION 0132 16
CONSTRUCTION PROGRESS SCHEDULE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Document
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
IW4011[HrfW.1e177%'/u101e189ZIZy011117V
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Definitions
1. Schedule Tiers
a. Tier 1 - No schedule submittal required by contract. Small, brief duration
projects
b. Tier 2 - No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3 - Schedule submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d. Tier 4 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with long durations
1) Examples: large water pump station project and associated pipeline with
interconnection to another governmental entity
e. Tier 5 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-2
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
4. Schedule Narrative - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
1. City of Fort Worth Schedule Guidance Document
1.4 ADMINISTRATIVE REQUIREMENTS
A. Baseline Schedule
1. General
a. Prepare a cost -loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cost -loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and known issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
B. Progress Schedule
1. Update the progress Schedule monthly as required in the City of Fort Worth
Schedule Guidance Document.
2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
3. Change Orders
a. Incorporate approved change orders, resulting in a change of contract time, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Guidance Document.
C. Responsibility for Schedule Compliance
1. Whenever it becomes apparent from the current progress Schedule and CPM Status
Report that delays to the critical path have resulted and the Contract completion
date will not be met, or when so directed by the City, make some or all of the
following actions at no additional cost to the City
a. Submit a Recovery Plan to the City for approval revised baseline Schedule
outlining:
1) A written statement of the steps intended to take to remove or arrest the
delay to the critical path in the approved schedule
2) Increase construction manpower in such quantities and crafts as will
substantially eliminate the backlog of work and return current Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shifts per day, working
days per week, the amount of construction equipment, or any combination
of the foregoing, sufficiently to substantially eliminate the backlog of work
4) Reschedule activities to achieve maximum practical concurrency of
accomplishment of activities, and comply with the revised schedule
2. If no written statement of the steps intended to take is submitted when so requested
by the City, the City may direct the Contractor to increase the level of effort in
manpower (trades), equipment and work schedule (overtime, weekend and holiday
work, etc.) to be employed by the Contractor in order to remove or arrest the delay
to the critical path in the approved schedule.
a. No additional cost for such work will be considered.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-3
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be
supplemented with the following:
1) Furnish justification and supporting evidence as the City may deem
necessary to determine whether the requested extension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justification and supporting
evidence, make findings of fact and will advise the Contractor, in
writing thereof.
2) If the City finds that the requested extension of time is entitled, the City's
determination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) Such data shall be included in the next updating of the Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2. Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffected work, in which
case the Contractor shall take all possible action to minimize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as the amount of time between the earliest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or slack time is not for the exclusive use or benefit of either the
Contractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reserve and apportion float time according to the needs of the project.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-4
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
c. Acknowledge and agree that actual delays, affecting paths of activities
containing float time, will not have any effect upon contract completion times,
providing that the actual delay does not exceed the float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
1. W ere work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
1.5 SUBMITTALS
A. Baseline Schedule
1. Submit Schedule in native file format and pdf format as required in the City of Fort
Worth Schedule Guidance Document.
a. Native file format includes:
1) Primavera (P6 or Primavera Contractor)
2. Submit draft baseline Schedule to City prior to the pre -construction meeting and
bring in hard copy to the meeting for review and discussion.
B. Progress Schedule
1. Submit progress Schedule in native file format and pdf format as required in the
City of Fort Worth Schedule Guidance Document.
2. Submit progress Schedule monthly no later than the last day of the month.
C. Schedule Narrative
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrative monthly no later than the last day of the month.
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-5
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising the construction Progress Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
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 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]
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
SECTION 0133 00
DAP SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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
Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013300-4
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
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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.
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
1040 IZI] wl X40 I Mei
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
0135 13 -1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
SECTION 0135 13
SPECIAL PROJECT PROCEDURES
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 1. (Coordination with North Central Texas Council of Governments Clean
19 Construction Specification [remove if not required])
20 B. Deviations from this City of Fort Worth Standard Specification
21 1. None.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
24 2. Division 1 — General Requirements
25 3. Section 33 12 25 — Connection to Existing Water Mains
26
27 1.2 REFERENCES
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
33 High Voltage Overhead Lines.
34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
35 Specification
36 1.3 ADMINISTRATIVE REQUIREMENTS
37 A. Coordination with the Texas Department of Transportation
38 1. When work in the right-of-way which is under the jurisdiction of the Texas
39 Department of Transportation (TxDOT):
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
0135 13 -2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 0131 13
E. Water Department Coordination
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
0135 13 -3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 1. During the construction of this project, it will be necessary to deactivate, for a
2 period of time, existing lines. The Contractor shall be required to coordinate with
3 the Water Department to determine the best times for deactivating and activating
4 those lines.
5 2. Coordinate any event that will require connecting to or the operation of an existing
6 City water line system with the City's representative.
7 a. Coordination shall be in accordance with Section 33 12 25.
8 b. If needed, obtain a hydrant water meter from the Water Department for use
9 during the life of named project.
10 c. In the event that a water valve on an existing live system be turned off and on
11 to accommodate the construction of the project is required, coordinate this
12 activity through the appropriate City representative.
13 1) Do not operate water line valves of existing water system.
14 a) Failure to comply will render the Contractor in violation of Texas Penal
15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
16 will be prosecuted to the full extent of the law.
17 b) In addition, the Contractor will assume all liabilities and
18 responsibilities as a result of these actions.
19 F. Public Notification Prior to Beginning Construction
20 1. Prior to beginning construction on any block in the project, on a block by block
21 basis, prepare and deliver a notice or flyer of the pending construction to the front
22 door of each residence or business that will be impacted by construction. The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction activity on each
25 block in the project area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No (CPN)
30 c) Scope of Project (i.e. type of construction activity)
31 d) Actual construction duration within the block
32 e) Name of the contractor's foreman and phone number
33 f) Name of the City's inspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
36 A.
37 3) Submit schedule showing the construction start and finish time for each
38 block of the project to the inspector.
39 4) Deliver flyer to the City Inspector for review prior to distribution.
40 b. No construction will be allowed to begin on any block until the flyer is
41 delivered to all residents of the block.
42 G. Public Notification of Temporary Water Service Interruption during Construction
43 1. In the event it becomes necessary to temporarily shut down water service to
44 residents or businesses during construction, prepare and deliver a notice or flyer of
45 the pending interruption to the front door of each affected resident.
46 2. Prepared notice as follows:
47 a. The notification or flyer shall be posted 24 hours prior to the temporary
48 interruption.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
0135 13 -4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
1 b. Prepare flyer on the contractor's letterhead and include the following
2 information:
3 1) Name of the project
4 2) City Project Number
5 3) Date of the interruption of service
6 4) Period the interruption will take place
7 5) Name of the contractor's foreman and phone number
8 6) Name of the City's inspector and phone number
9 c. A sample of the temporary water service interruption notification is attached as
10 Exhibit B.
11 d. Deliver a copy of the temporary interruption notification to the City inspector
12 for review prior to being distributed.
13 e. No interruption of water service can occur until the flyer has been delivered to
14 all affected residents and businesses.
15 f. Electronic versions of the sample flyers can be obtained from the Project
16 Construction Inspector.
17 H. Coordination with United States Army Corps of Engineers (USAGE)
18 1. At locations in the Project where construction activities occur in areas where
19 USAGE permits are required, meet all requirements set forth in each designated
20 permit.
21 I. Coordination within Railroad Permit Areas
22 1. At locations in the project where construction activities occur in areas where
23 railroad permits are required, meet all requirements set forth in each designated
24 railroad permit. This includes, but is not limited to, provisions for:
25 a. Flagmen
26 b. Inspectors
27 c. Safety training
28 d. Additional insurance
29 e. Insurance certificates
30 f. Other employees required to protect the right-of-way and property of the
31 Railroad Company from damage arising out of and/or from the construction of
32 the project. Proper utility clearance procedures shall be used in accordance
33 with the permit guidelines.
34 2. Obtain any supplemental information needed to comply with the railroad's
35 requirements.
36 J. Dust Control
37 1. Use acceptable measures to control dust at the Site.
38 a. If water is used to control dust, capture and properly dispose of waste water.
39 b. If wet saw cutting is performed, capture and properly dispose of slurry.
40 K. Employee Parking
41 1. Provide parking for employees at locations approved by the City.
42 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
43 Construction Specification [if required for the project]
44 1. Comply with equipment, operational, reporting and enforcement requirements set
45 forth in NCTCOG's Clean Construction Specification. }
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
0135 13 -5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13— Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 -6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
1
2
3 --
4
0135 13 -7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
EXHIBIT B
FORT WORTH
DOE I10. ]C]C][][
Ptofeet Here.
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SNORT AS POSSIBLE.
THANK YOU,
,CONTRACTOR
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
015000-1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
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
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
01 50 00 - 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
Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
01 50 00 - 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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
01 50 00 - 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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
015526-1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 34 71 13 — Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015526-2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015713-1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 0157 13
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 — General Requirements
3. Section 3125 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 3125 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
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
1. Submit in accordance with Section 0133 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
0157 13 -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
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015813-1
DAP TEMPORARY PROJECT SIGNAGE
Page 1 of 3
SECTION 0158 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
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, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 58 13 - 2
DAP TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better
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 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
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
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
0158 13 -3
DAP TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M. Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City's website at:
httDs://apes.fortworthtexas.eov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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. Magana Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
016600-1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
017000-1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
PART1- GENERAL
1.1 SUMMARY
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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
IRM97[yW.307Z%140IBiel r9,11101041114'9V
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
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.
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
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
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12 1.2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. See Changes (Highlighted in Yellow).
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
25 1.4 ADMINISTRATIVE REQUIREMENTS
26 A. The Contractor's selection of a surveyor must comply with Texas Government
27 Code 2254 (qualifications based selection) for this project.
28 1.5 SUBMITTALS
29 A. Submittals, if required, shall be in accordance with Section 01 33 00.
30 B. All submittals shall be received and reviewed by the City prior to delivery of work.
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32 A. Field Quality Control Submittals
33 1. Documentation verifying accuracy of field engineering work, including coordinate
34 conversions if plans do not indicate grid or ground coordinates.
35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
36 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards).
37
38 1.7 CLOSEOUT SUBMITTALS
39 B. As -built Redline Drawing Submittal
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
2 constructed improvements signed and sealed by Registered Professional Land
3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
4 — Survey Staking Standards) .
5 2. Contractor shall submit the proposed as -built and completed redline drawing
6 submittal one (1) week prior to scheduling the project final inspection for City
7 review and comment. Revisions, if necessary, shall be made to the as -built redline
8 drawings and resubmitted to the City prior to scheduling the construction final
9 inspection.
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE
12 A. Construction Staking
13 1. Construction staking will be performed by the Contractor.
14 2. Coordination
15 a. Contact City and Developer's Project Representative at least one week in
16 advance notifying the City of when Construction Staking is scheduled.
17 b. It is the Contractor's responsibility to coordinate staking such that
18 construction activities are not delayed or negatively impacted.
19 3. General
20 a. Contractor is responsible for preserving and maintaining stakes. If City
21 surveyors or Developer's Project Representative are required to re -stake for
22 any reason, the Contractor will be responsible for costs to perform staking. If
23 in the opinion of the City, a sufficient number of stakes or markings have been
24 lost, destroyed disturbed or omitted that the contracted Work cannot take place
25 then the Contractor will be required to stake or re -stake the deficient areas.
26 B. Construction Survey
27 1. Construction Survey will be performed by the Contractor.
28 2. Coordination
29 a. Contractor to verify that horizontal and vertical control data established in the
30 design survey and required for construction survey is available and in place.
31 3. General
32 a. Construction survey will be performed in order to construct the work shown
33 on the Construction Drawings and specified in the Contract Documents.
34 b. For construction methods other than open cut, the Contractor shall perform
35 construction survey and verify control data including, but not limited to, the
36 following:
37 1) Verification that established benchmarks and control are accurate.
38 2) Use of Benchmarks to furnish and maintain all reference lines and grades
39 for tunneling.
40 3) Use of line and grades to establish the location of the pipe.
41 4) Submit to the City copies of field notes used to establish all lines and
42 grades, if requested, and allow the City to check guidance system setup prior
43 to beginning each tunneling drive.
44 5) Provide access for the City, if requested, to verify the guidance system and
45 the line and grade of the carrier pipe.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) W ter Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) W ter Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
1 d)
Fire hydrants
2 e)
Valves (gate, butterfly, etc.)
3 f)
Air Release valves (Manhole rim and vent pipe)
4 g)
Blow off valves (Manhole rim and valve lid)
5 h)
Pressure plane valves
6 i)
Underground Vaults
7
(1) Rim and flowline elevations and coordinates for each
8
Underground Vault.
9 3) Sanitary
Sewer
10 a)
Cleanouts
11
(1) Rim and flowline elevations and coordinates for each
12 b)
Manholes and Junction Structures
13
(1) Rim and flowline elevations and coordinates for each
14
manhole and junction structure.
15 4) Stormwater — Not Applicable
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY
19 PART 2 - PRODUCTS
20
A. A construction survey will produce, but will not be limited to:
21
1.
Recovery of relevant control points, points of curvature and points of intersection.
22
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
23
sufficiently permanent and located in a manner to be used throughout construction.
24
3.
The location of planned facilities, easements and improvements.
25
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
26
areas, utilities, streets, highways, tunnels, and other construction.
27
b. A record of revisions or corrections noted in an orderly manner for reference.
28
c. A drawing, when required by the client, indicating the horizontal and vertical
29
location of facilities, easements and improvements, as built.
30
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
31
construction staking projects. These cut sheets shall be on the standard city template
32
which can be obtained from the Survey Superintendent (817-392-7925).
33
5.
Digital survey files in the following formats shall be acceptable:
34
a. AutoCAD (.dwg)
35
b. ESRI Shapefile (.shp)
36
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
37
standard templates, if available)
38
6.
Survey files shall include vertical and horizontal data tied to original project
39
control and benchmarks, and shall include feature descriptions
40 PART 3 - EXECUTION
41 3.1 INSTALLERS
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
1 A. Tolerances:
2
1. The staked location of any improvement or facility should be as accurate as
3
practical and necessary. The degree of precision required is dependent on many
4
factors all of which must remain judgmental. The tolerances listed hereafter are
5
based on generalities and, under certain circumstances, shall yield to specific
6
requirements. The surveyor shall assess any situation by review of the overall plans
7
and through consultation with responsible parties as to the need for specific
8
tolerances.
9
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
10
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
11
1.0 ft. tolerance.
12
b. Horizontal alignment on a structure shall be within .0.lft tolerance.
13
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
14
walkways shall be located within the confines of the site boundaries and,
15
occasionally, along a boundary or any other restrictive line. Away from any
16
restrictive line, these facilities should be staked with an accuracy producing no
17
more than 0.05ft. tolerance from their specified locations.
18
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
19
electric lines, shall be located horizontally within their prescribed areas or
20
easements. Within assigned areas, these utilities should be staked with an
21
accuracy producing no more than 0.1 ft tolerance from a specified location.
22
e. The accuracy required for the vertical location of utilities varies widely. Many
23
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
24
should be maintained. Underground and overhead utilities on planned profile,
25
but not depending on gravity flow for performance, should not exceed 0.1 ft.
26
tolerance.
27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
28 specifications or in compliance to standards. The City reserves the right to request a
29 calibration report at any time and recommends regular maintenance schedule be
30 performed by a certified technician every 6 months.
31 1. Field measurements of angles and distances shall be done in such fashion as to
32 satisfy the closures and tolerances expressed in Part 3.1.A.
33 2. Vertical locations shall be established from a pre -established benchmark and
34 checked by closing to a different bench mark on the same datum.
35 3. Construction survey field work shall correspond to the client's plans. Irregularities
36 or conflicts found shall be reported promptly to the City.
37 4. Revisions, corrections and other pertinent data shall be logged for future reference.
38
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION [NOT USED]
41 3.4 APPLICATION
42 3.5 REPAIR / RESTORATION
43 A. If the Contractor's work damages or destroys one or more of the control
44 monuments/points set by the City or Developer's Project Representative, the monuments
45 shall be adequately referenced for expedient restoration.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 1. Notify City or Developer's Project Representative if any control data needs to be
2 restored or replaced due to damage caused during construction operations.
3 a. Contractor shall perform replacements and/or restorations.
4 b. The City or Developer's Project Representative may require at anytime a
5 survey "Field Check" of any monument or benchmarks that are set be verified
6 by the City surveyors or Developer's Project Representative before further
7 associated work can move forward.
8 3.6 RE -INSTALLATION [NOT USED]
9 3.7 FIELD [OR] SITE QUALITY CONTROL
10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
11 City or Developer's Project Representative in accordance with this Specification. This
12 includes easements and right of way, if noted on the plans.
13 B. Do not change or relocate stakes or control data without approval from the City.
14 3.8 SYSTEM STARTUP
15 A. Survey Checks
16 1. The City reserves the right to perform a Survey Check at any time deemed
17 necessary.
18 2. Checks by City personnel or 3' party contracted surveyor are not intended to
19 relieve the contractor of his/her responsibility for accuracy.
20
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED]
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27
END OF SECTION
28
Revision Log
DATE
NAME SUMMARY OF CHANGE
8/31/2012
D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017
M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
2/14/2018
M Owen Staking and As -Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
DAP CLEANING
Page 1 of 4
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
SECTION 0177 19
CLOSEOUT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
017719-1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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)
£ Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
Section 2 — Sewer Electrical
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
nno hw t,.tio t Bidders
nno Irst..,,e4ions to Bidders
Last Revised
031nn
00 41 00
00 42 43
nno 43 13
Bid Fefm
Proposal Form Unit Price
Bid Bead
031nn
nn in 4
05/22/2019
nn in 4
nno n�T
Bidders Pr-o,.ua4if;,.,,t en'
Prequalification Statement
,, n .....iie
nn in 4
09/01/2015
in
0045 12
nno n�3
00 45 26
Bidde : Pf:e alif:,.. ief do
Contractor Compliance with Workers' Compensation Law
r
03 40
04/02/2014
nQ i
004540
00 52 43
iner-;ty Biisi es Enterprise Goal
Agreement
8
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
nn�0
Maintenance Bond
General Gendit;ons
01/31/2012
i i ii T
007300
0073 10
Supplementafy Conditions.
Standard City Conditions of the Construction Contract for Developer
07/01/2011
01/10/2013
Awarded Projects
Division 01 - General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 2500
Substitution Procedures
08/30/2013
01 31 19
nio
Preconstruction Meeting
D,;o t .s
08/30/2013
o
01 32 33
Meetings
Preconstruction Video
07i0T
08/30/2013
01 33 00
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
nip
Closeout Requirements
Oper- 4ion and r, ai tenan e D t
D,-..;eet Reee..a D,.,,,,... e ts-
04/07/2014
nn in �
nn in T
017839 r
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 - Existing Conditions
0241 13 Seleetiye Site Demelifie.
Division -03 Conel<ete
033000 Ga-Rt In PlQa Goner-ete
03 211 13 CepAfelled Tow ct,eagtl, >\R.,ter-i l !CT S Tl
0 >\ a,.di fi ..,tions t Existing C „e tote Stfuettifes
3 Raeew ys .,tea Be, ies f 1✓lootriazF7;4effis
Division 31 Ear-thwor--k-
3'�0 Site Cg
312323 Beffe
Z 1� 1 24 00 as--f As
�H 00 C�iens Sediment
313700
Division 32 Exterior- linpFevements
2'� PefmaaepA Aaozalt I\r"__
Z7�3 Flexible -Base Gets see
Z7�9 Lime e TreeAe,l Base Courses
Liquid Tr A F&, kiliz--f
32 1 7 16 zVhWt N, ixg
Z7�3 Cefie :ete n.,N4*g
37�1 4 116 -BY,.Vi Unxt 1%vin s-
32 16 13 Coffer-ete Curb affd Gutters affd Valley Craters
32 1725 C,iA Address Painting
3231 3 Chain Fences ,-ad Gates
Z7�o W -e Fe es affd Gates
Date
Modified
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
27� Tepsoil Dlaeemeat ani 1 irie limg of Parkway
Division 33 Utilities
33-0131 Closed Gi ouit Told:,;^;^" (rCTNI) l pe tie
3303 to Bypam Puni /r1^ of w4 ti. . cewe, y tefn
Z2�no Teif4 T2.....1;,...and >~leotvat Matkan
33 04 } Ce f fesio Cent fel Test 6i& iom
3304 12 >,,rag esiti n,.e,le r,.tl.ed e D.eteetien System-
33
0 Tempe- Wa4ef: eetw ees
33 04-40 oa7nkg a:':'1 n eeepta- ee Testing of xl.,tef: Mains
3305 0 U444, T.enel, > xea-v lion, ErtkadmepA, and B evf;ll
33-05 12 lktio Lima Lewefin
3305 13 Fr- r ,1 r�..a �tii� �--v�-z� r rt'lii��, cv`r'€�'-uixcr-vresc��ciii�S
33 05 1 z 1 0 >; a rr-eaRings Composite
a�--v�-r_rzv iz EHi��E6v€�'irixcr-vresc�
33 05 14
Gfade
Z2�o Co e,.ete xx'.,te.. Vau is
Z2�T Coner-ete r 11-
3 Z�v Auger- Ber-ing
33 05 21 Tuxm2ol :J&.--f Plate
330522 pig --
Z2�3 LT.,.-..1 T,,....eling
Z2�T lasta l.,tio „f r.,....;e,- Pipe i Casing or Turx-i& !-/*,n. to
2Z� 7 eea4ie,. efL'.dsfi g U4i ties
33 1105 Belt. Ntts and Gaskets
Z 2�0 D et; l e ir-en P4-pe
33 11 3 Gener-ete P-r-esswe Pipe BarW,-appe.] Steel Cylinder- Type
ZZ�5 n.e St,.esse,l Co e.ete Cylinder- Pipe
33 1210 xx�.,te,- ee,..,; 1 t
�„-��oz � ir�h mil}
33 1220 Resilient Qea4e,l Gate Valve
Z2�T A xx W- R+ibbe,- Seated BtWe.-FI., Valves
Z2�5 Co eetio t Existing xx4e.>, airs
�Z�O Eo:nui-nati^r Air- Valve . ncn- Jle� for- Potable W, tef System
331240 Fire Hydfan4s
33 1230 3*tio Camille c
Z2�0 Standard Blow off �Valve Asrenrlvlr`y
Z2�z Gu-e.l i Aaee Pipe lrroU4
Fite, -glass U einfe -ee,l Pipe fe - C_,.a-yi ., Eanit , s
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
(LHPE) PiY--4�x Earxt::,r,-Sew-€+
333120 Polyvinyl Ghlef:ide (PVC) Ofavity Sanitary Sewef: Pipe
3 7C,
Z2 1 .anitL'—
TJ�TLT
12 31 �� c.,r;t.,,.., co.., c r
z mar Slip T i'.WxVg
333170 r-e ffi1 in tief n;,. xl.,lye- v-or EG'AitFe:`,' sewe, > ,,, o >,a �
333960 Epoxy Liner- F
(LHPE) Pip3for- Stcvux Ds-airn
2 2�00 c„lie
Z 2�= Trefie , rl,-ain
34 41 10 T,-.,ff; e Signals
�
3n nevia .zit . n r i+tmfello.Gabi of
34 41 10.03 n f~
rrtta 2ii�-�6 i��il .c �� 0 � �
�3n�T To.....,.,,,,..,,..., T,gf-.,o ✓��ls
211 11 15 Reetafi ula Rur d Flx\hiY ;i
34-4116 RedzjWyur. Hybfid Signal
Z ADO Readw I11utnimtie n & s o,....b4e
ZA ^env-1 i F*.,jyW = Raadwa�'
3n nevi Freeway LED n,.,.,1....,.r/aminairrs
2n i1�0'3 Resideffti l LED n,..,,1,w ay i7e�:°iCn:rS
34 4130 AlumAiilum fi.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httu:Hfortworthtexas.2ov/tDw/contractors/
or
htti)s:HaDDs.fortworthtexas.Lyov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
02414 r r+4ity n o...,,ya / A 1.an f,, e 12 /�ti
Division 03 - Concrete
03 30 00 Ga&t In Pllooa Genefete 12/
03211 13 Cen. felled row Stifength 1,aate fia (rr S n 12/�ti
03 80 00 hRed fieatiens to Existing r, ,,rote ct,..,, tffes 12/20A20z
Division 26 - Electrical
26 05 00
Common Work Results for Electrical
11/22/2013
2605 10
Demolition for Electrical Systems
12/20/2012
26 05 33
Raceways and Boxes for Electrical Systems
12/20/2012
26 05 43
Underground Ducts and Raceways for Electrical Systems
07/01/2011
26 05 50
Communications Multi -Duct Conduit
02/26/2016
Division 31-
31 0
Z l�o
Earthwork
Site rg
fie >;..,..,.,.,+)
1 /
/gin
31�3
31 24-00
Unelassi
BE)FFO
En. Lur.lme-Fts
01
01 /00 4�13
01 /0 4�14
312500
3 ,�'1 36 00
31�no
&30�aK =ra c di iemt �1
GabienS
Ripr-ap
12/�li
1�/'fr�r20,QW2
11 /'�12
Division 32 - Exterior Improvements
3'0T Do.-..�a-nepA A Do.....:.- 12/'lr�-20riviz
�crr° 61 t l� r
32 01 29 Concrete Paving Repair 12/20/2012
27� Lime e Tre 4e Base retff12/7zzi-20,901-2
32 1133 Gomen4 T-ea4e l Base r 11 /'�12
32 1137 Liquid Treated Soil Stab l:.moo,. 08A2l Q0 C
�vr�2vi�
32 12 1 � g 12/20A201 o
�z--rz--ry �i�f� .V �.1!:'La� rc�cv�cvzz
32 1273 Asphalt Pa-ving Gr-aek Sealants 12/20/2012
32 13 73 Concrete Paving Joint Sealants 12/20/2012
37� �.°;�g 1I r Jrxt 12/20A2012
Br�����
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
Z7�3 Paye,v,efA TR.,,.L;ngs 1 11 1 /7 3
32 5 r-tiA A as -e0 Mntlag 1 1 /04 /2013
3231 13 Chain Fe,-,ees .,n.1 Gates 17/7re�-20/ivii
Z7�o Wire Fences .,,.,.1 Gates 12/2z
Z7�9 Wood Fe,-,ees .,n,1 Gates 17/'/r�-20A2012
Z7�3 Cast i Ul.,ee Cefe.ete DOt?r n: ng W446 n6/no era
3'�g Tepso l Pl.,ee,.,eat and FiniAzine of U.,,-k,,.ay 11 /o�12
Z7�3 Trees and Shiz bs 17/'fez
Division 33 - Utilities
22� Sewer.,a.1 Manhole Testing 17/7zzi-20//iviz
Z2�= Closed Ci fe„:t Television (CCT374 ifis .ee fie -, 03 /n 6
Z2�o %„Taw Du.. jrg of Txist:.,,g cewe,- a„stems 17/'fez
Z2�o joint Be,-,.1:,-,...,.-,.1 Ele0c�oat Matkan 17/7re�-20,9012
22� Cef fes;o,,, Ge,�,t fel Test Eiafiow 1 7/Ire 20A2012
33 04 12 Ma,%o. u . A,.e,le C,.tl.e,a;e D.eteetien Syste,,, 12/'l z
a
Z2�o Tempe Wa4er Se,.,,;en�/non
Z2�no Cleaning r,l A eeept. wee Testing ofWc4e. Mains m/n��/2n113.
2 2� Cleaning of Sewer- Mains- 1 7 /7 z
3305 g `TiTit;l;t T.enet, Exea-y timi,'Brtka,�.,,e„t, an ,. Bekf ll 12/1 6
n` 12
ZZ�3 F -a-meCover- and G.-.,de Rings Cast n1 /�6
3305 13.10 Fr- a Grade Ring n1 /o2/2n16
�-a�r�C—e�e� a �;�es�te o��
Adjusting
Valve
and Other- Struetur-es te
3305 14 Manholes, inlets, Boxes, r12/20r/2012GfaG
ZZ�v Cene,ete
W.,tef [ att is 12/20A2z
Z2�T C re-ete Cellar-s 12/�12-
33 05 20 11 /o�12
330521 Z�h1`�uU
evil Lift 7 Plate 12 /o i
2Z� Steel CrA rope 12P2z
Z2�3 LT.,.-,.1 T,,.,.,eling 17/'/r�-avriviz
Z2�T T,,st.,ll.,t:o., .)f Cai:F e- Pipe i Casing E) - T,,.-..,el Lifief Ul.,te 06/19,9013
33 05 26 U444y >\larke.s/T ee,.tef 12/20/2n11z
33 05 30 T eea4ie,. of &dstiag T 1til;12/20A201z
33 1105 Belt. Nt tom and Gaskets- 12/2z
Z2�o D etile T,-e., Pipe 17/'/rz�-avriviz
Z2�= D etile T,-e., Fittings 17/7 z
33 11 2 Dely,yi.,.1 Chloride (PVC +es.-i2Pa Pir0 1 11 1 /1 6A201II
33 11 3 ConefetePr-essiffe Pipe Bar- 3ALF.,ppe.7 Steel /'4,1;n.le,- Type 12/'/rz�-20A201z
33 �o „-�joz 1 i".h to 2 inek
Z2�= T afge \7 a4ef Mete, 12/ z
2 Z� Resilient ; e,,t Seated /'"_..te V.y-e 1 7 /7zz 20/201z
2Z� A TI7W A Riibbe,- Se.,te.l B„t4er4gy Valves 1 7 /'fez
Z2�5 Correetior to Existing Water- Mains 02/0�
Z2�o Coml.;,-,.,tio., A:,- Valve Assemblies for- Potable Water- Syste.,.,12/20A2012
33 1240 L';,� 01/03A2014
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
33 Q so cI',,`
2012
Z2�o St.,n.1.,.-.1 Blow „f f Valve n ssoml.l., 06/1 4
33-31 12 Gtir-ed in Ulaee Pipe (CIDD\ 12/20A2012
33 3 i i 3 > ibe fgl ass U einfer-eea Pipe fe C_, a-yit,' G 4a itl j-Sewef-R 12 /o�12
33 3i �s I'IDP,_I I11p., aP EaT11tZcr'j'-Se'Vbzef rrravrzviz
33 3i 70 Polyvinyl Chloride (PVC) G-.,y4y C'an tafy Sewer- Pipe 06/19A2013
32 2T1 21 n 1.yifChloride /DxC\ Closed Profile r-a it Sanitafy Se'wef
r12/20r/2012
Pipe
333122 nanrcnrwcw0: t"C .1CGlig r2r20rw14
33 3i �3 12404014
33 31 cn Sanitary Sewer- Seiwiee C rreetiefis an Ser- ee T : 4/26/2n1 �
�o 0 n0��
333170 Goff ibin tie Air- Nv'alye . EmAitwySewe - er-ee N4 12/o�ri
3339 10 Cast i Plaee Cener-ete Manholes 11 /o�12
�v r2-20r201z
ZZ�o Wastewater- Aeeess ) 112/7zzi-20,9012
33 39 60 Epoxy Line e r Ecmil.uy Sewer ct, , t ,,.ems 11 /o�12
33 410 Reinf ,-ee Gone,.ot3 9ior i Ea, or Pipe/C„n�/non
Z2�11 High Density Pelyethylene nr 12/2n/2n12
II�� �1 PI�.. .��` Drain rrrzvrzviz
Z2�= Rei fe -ee Pipe D..l.,otl,lo,-.a {ERDEl 1 1 /1 5
` 1 Pipe v
33 4600 C'„1�e 17/7rc�-20A20ii
n7/n1 /2n1 1
33-4�3-� 3�S"l. D4��1tr:1; m�z
33-46 02 Tfanch Dr6Ks n7/�4
33 CIO 1n Cast Dlaee Manholes an Iuneti.,,-, -Boxes 1'l/'ln/ 01-
�v r�-avraviz
ZZ�o C,,,-1-.and Tl,-op h lets 12/20,QO z
33-49-40 8401SDrL�liwla C1'a Wingvixrs 07/01aNni r
Division 34 - Transportation
3 Ate-; 1 10 T,-., f e Signals 10112,L2015
T
34 41 1nn1 n Ge t allefC.,1ifiet 12/14hn1c
�rzvvr Ol�it:'lJlit ��cvrrironcr-c-crvrrici ��
3n nevi AttaoiAnnont B GefA ellef C'peeif;e lien 02QO 12
34 41 10.03 AttaehmentG Seftwafevpeeifieatieix n 1�2
ZA�Ir Tempera-FyTfaff^la Ei,11/ 11'l am
s-nals
?/1 11 15 $-e�le& IIW. Flashing Beaeo 1 1 /o�13
1 34-46 Redo��� I-Iybf� 11 /'�13
34�no t A &e l he 12/2n/2n12
��' I111e4:°IlI'4s"�,,.,. ,�
34 4120.01 T Raadwar 06/1 c/2n1 c
3n n�oi Freeway LED Roadway T , o n6/10 c�15
34 4120.03 Reside i l LED n,..,,1,. ay I c
�.�.�Ir; .�:rs no6/1 5A2
11n2/2n1�
34--4-�38 �4lk��inuM ficV:; �n
T 13 Tr-affie C,.at, e 1 11 1 /7 -3
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
GG 4.91
Page 8 of 8
GC-4.02
Subsurface and Physical Conditions
GC 6.06..TJ
A 3YAV). k zj
GG 6.07
1Vff .o w__
_AJr'm t✓a&-.d T�eilitias
GC-6.21
rl
GR-01 60 00
Product Requirements
GR-02
TPW Pre -qualified Contractor list
GR-03
Water Pre -qualified Contractor list
END OF SECTION
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
00 42 43 Electrical
DAP - BID PROPOSAL
Page 1 of 2
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
DrinkPak Industrial Tenant Development
Bidder's Application
Project Item Information
lBidlist Iteml
Description I Specification I Unit of Bid
No. Section No. Measure I Quantity
UNIT II: SANITARY SEWER IMPROVEMENTS
1 1 12605.0101 Electrical Facilities 1 26 05 00 BLS I 1
TOTAL UNIT II: SANITARY SEWER IMPROVEMENT
Bidder's Proposal
Unit Price I Bid Value
$12,581.001 $12,581.00
$12,581.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 Rev01_DrinkPAK_00 42 43 Bid Proposal DAP 2025-05-28
W-41 EW&WO
1541'•W M#9dhl
Pw 7*1r7
9ECTICN 40# 43
Drtr, LDWAwad4d Pr -PROPOSAk FORM
UNIT PRICE Bit)
rki&Pkk IbAWul T014 M aktiYkrr
Bidder's Application
PM- Ilan Infar*wkm
BbdceI?hVrr`I
ow�'iY llcrn
7',eL
—1
m
$PQ1;L.fb:w1 ti
xseSiirR hw
unr ar
I lVlro gat
flxl
t gkWlli.y
U s ti Pry e
aA Vmbi&
LWW.GANIT R _ A I WEMENTS y �1�GD
Trul {'e�etncx4o �'Id311�QD
TI&b_d I&jahrnhicA Irb Ot ford} Lamed bvin*:
IFD4
Ilonl FIcr+tlr
2M 1Ak,%[ IlrrgrNil-
{mptrrrw mpw■+r;.pkoc 1 cam f r Fjr4AI- d[:[�FrA%CE tilhIn _2 _ wvridid drays miter ILir d.4r -nbrrs rkK
f ih.VMj6€T ei,riamrerr la nm 41 F-r+{d,d I lYt Grniral {'P-bdaL.
F, 4 o (w i4.im n s
Orr 1* W-r r WrATH
LT,%WMdmra LVH fnV-nrr: LN cn�rxTiwronadrt'NR ri► i +air. +i 'R
rql
FpmVw— +d ;ter ■_t+l-arm aee2+3.nrrvr.l b�F?9o- �
QQd520-1
1
2
3
4
5
1 �
Y
CADINTRACTOR CONWLLALh-CE OTH W3AKEFI'$ COMPEINSAT104 LAW
Pip1W2
SEGTI ON 0045 26
CONTRALTO R COM PLIANCE WTTH VYCRK�RS COMP E N$ATIC N LAW
Pw!5vant toTems Labor Code Re rtian AGG.096�a], as amend4sd, Qontrs tqr rartifit& t"I it
provida-: comp i.ation insurance cwef.ige fOF 811. Uf IM MPIO B&Ls ernpiDyed gn
Cityr Prnj-9M Na. 1061a , Carstr-a-torfurthet cartlflet. that, prufsuant to
Texas LabOF COR. Sectlan 406.O913�b�, eaarnanded, itwk praVide tO City ifS
subcoatre-cxor's cartifGrat-as of compliance with worker's oompansation coverage,
9 COII PLA 1 OR;
10
11 Horst ElectrLo
12
1;�
14
15
16
17
1B
1�
20
�1
22
.23
.24
.25
26
27
28
29
3❑
31
32
33
0(mpany
229 West Hurst Blvd -
Ad dre s!5
Humt. TX 7603
City istatl!�fp
THE STATE OF TEXAS
COUNTY 0� TANAANT
I
--- By, Pt0Cl6 Ftlt!0,:h'
(Rease Print
Trtla: Mice Pws ide nt
(Fleaea Rint)
F0RE M E, t Vnd8Mlgrtetf auchaylty, -on this day personalLy wpeafed
knOrWn tome to be the person whose name is
.&Libacel bats t0 the f�cyregoo In t urnenk, an Gknowiedged to m e that haf:rha executed me
serne as the act and dead of = . for the purposes and
camsidecation therei rS axpressecland in [ha oepawity thereon stated,
GIVEN UNDER MY HAND AND SEAL OF OfFMCE this +h dayrot
'-] , 2h
r,r(KOP POAMOAPH
STANDARo omr3.TRucrK)N sP@ciFICAT 10R DOCU16M
RaNstdApM2,231A
Ddr&pm k6jrtrInLTen ere. 0ayaIoprrLanC
CgyprVtqdN6D IWO
DO4A26 •2
01MM 1CTCit C0f-fiPLlAl*cP ITH WORKF.R'-5 CQMPEN7,AnQN LAW
PW202
p
Notaryr Pubic n andl for # St rta of Tans
IE N D OP SECTION
r,rtY PF FW'WQRTH DFIr4PAI( InduslrieLTorant lDemtopmant
STANDAP:DCXN:TRLlMONSPECAM ADM DCC,;uMEWS pnoa i4@14�B
Affdoed Ap6dk 2, 201A
005243-1
Developer Awarded Project Agreement
Page 1 of 6
1 SECTION 00 52 43
2 AGREEMENT
3
4 THIS AGREEMENT, authorized on 0712812025 is made by and between the Developer,
5 DrinkPAK II, LLC , authorized to do business in Texas ("Developer"),
6 and Hurst Electric authorized to do business in Texas, acting by and through its
7 duly authorized representative, ("Contractor").
8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth,
9 agree as follows:
10 Article 1. WORK
11 Contractor shall complete all Work as specified or indicated in the Contract Documents for
12 the Project identified herein.
13 Article 2. PROJECT
14 The project for which the Work under the Contract Documents may be the whole or only a
15 part is generally described as follows:
16 DrinkPAK Industrial Tenant Development
17 City Proiect No. 106188
18 Article 3. CONTRACT TIME
19 3.1 Time is of the essence.
20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
21 Documents are of the essence to this Contract.
22 3.2 Final Acceptance.
23 The Work will be complete for Final Acceptance within { 28 }working days after the
24 date when the Contract Time commences to run as provided in Paragraph 12.04 of the
25 Standard City Conditions of the Construction Contract for Developer Awarded
26 Projects.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 6
27 3.3 Liquidated damages
28 Contractor recognizes that time is of the essence of this Agreement and that
29 Developer will suffer financial loss if the Work is not completed within the times
30 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance
31 with Article 10 of the Standard City Conditions of the Construction Contract for
32 Developer Awarded Projects. The Contractor also recognizes the delays, expense
33 and difficulties involved in proving in a legal proceeding the actual loss suffered by
34 the Developer if the Work is not completed on time. Accordingly, instead of requiring
35 any such proof, Contractor agrees that as liquidated damages for delay (but not as a
36 penalty), Contractor shall pay Developer Zero Dollars
37 ($ 0 ) for each day that expires after the time specified in Paragraph 3.2 for
38 Final Acceptance until the City issues the Final Letter of Acceptance.
39 Article 4. CONTRACT PRICE
40 Developer agrees to pay Contractor for performance of the Work in accordance with the
41 Contract Documents an amount in current funds of
42 Twelve thousand, five hundred eighty one dollars Dollars ($ 12,581.00 )
43 Article 5. CONTRACT DOCUMENTS
44 5.1 CONTENTS:
45 A. The Contract Documents which comprise the entire agreement between
46 Developer and Contractor concerning the Work consist of the following:
47 1. This Agreement.
48 2. Attachments to this Agreement:
49 a. Bid Form (As provided by Developer)
50 1) Proposal Form (DAP Version)
51 2) Prequalification Statement
52 3) State and Federal documents (project specific)
53 b. Insurance ACORD Form(s)
54 c. Payment Bond (DAP Version)
55 d. Performance Bond (DAP Version)
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of 6
56 e. Maintenance Bond (DAP Version)
57 f. Power of Attorney for the Bonds
58 g. Worker's Compensation Affidavit
59 h. MBE and/or SBE Commitment Form (If required)
60 3. Standard City General Conditions of the Construction Contract for Developer
61 Awarded Projects.
62 4. Supplementary Conditions.
63 5. Specifications specifically made a part of the Contract Documents by
64 attachment or, if not attached, as incorporated by reference and described in
65 the Table of Contents of the Project's Contract Documents.
66 6. Drawings.
67 7. Addenda.
68 8. Documentation submitted by Contractor prior to Notice of Award.
69 9. The following which may be delivered or issued after the Effective Date of the
70 Agreement and, if issued, become an incorporated part of the Contract
71 Documents:
72 a. Notice to Proceed.
73 b. Field Orders.
74 c. Change Orders.
75 d. Letter of Final Acceptance.
76
77
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-4
Developer Awarded Project Agreement
Page 4 of 6
78 Article 6. INDEMNIFICATION
79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its
80 own expense, the city, its officers, servants and employees, from and against any
81 and all claims arising out of, or alleged to arise out of, the work and services to be
82 performed by the contractor, its officers, agents, employees, subcontractors,
83 licenses or invitees under this contract. This indemnification provision is
84 specifically intended to operate and be effective even if it is alleged or proven that
85 all or some of the damages being sought were caused. in whole or in Dart. by anv
86 act. omission or negligence of the city_. This indemnity provision is intended to
87 include, without limitation, indemnity for costs, expenses and legal fees incurred
88 by the city in defending against such claims and causes of actions.
89
90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own
91 expense, the city, its officers, servants and employees, from and against any and
92 all loss, damage or destruction of property of the city, arising out of, or alleged to
93 arise out of, the work and services to be performed by the contractor, its officers,
94 agents, employees, subcontractors, licensees or invitees under this contract.
95 This indemnification provision is specifically intended to operate and be effective
96 even if it is alleged or Droven that all or some of the damages being sought were
97 caused. in whole or in Dart. by anv act. omission or negligence of the city.
98
99 Article 7. MISCELLANEOUS
100 7.1 Terms.
101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions
102 of the Construction Contract for Developer Awarded Projects.
103 7.2 Assignment of Contract.
104 This Agreement, including all of the Contract Documents may not be assigned by the
105 Contractor without the advanced express written consent of the Developer.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
005243-5
Developer Awarded Project Agreement
Page 5 of 6
106 7.3 Successors and Assigns.
107 Developer and Contractor each binds itself, its partners, successors, assigns and
108 legal representatives to the other party hereto, in respect to all covenants,
109 agreements and obligations contained in the Contract Documents.
110 7.4 Severability.
111 Any provision or part of the Contract Documents held to be unconstitutional, void or
112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
113 remaining provisions shall continue to be valid and binding upon DEVELOPER and
114 CONTRACTOR.
115 7.5 Governing Law and Venue.
116 This Agreement, including all of the Contract Documents is performable in the State
117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for
118 the Northern District of Texas, Fort Worth Division.
119
120 7.6 Authority to Sign.
121 Contractor shall attach evidence of authority to sign Agreement, if other than duly
122 authorized signatory of the Contractor.
123
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised June 16, 2016
00 52 43 - 6
Deveto per Awardee Project Agreement
Page 6 of 6
124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in
125 multiple counterparts.
126
127 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
128
129
Contractor:
Hurst Electric
By:
{fit �urGl
Stacie Ritchev
(Printed Name)
Title:
Vice President
Company Name:
Hurst E1uiric
Address_
2,29 West Hurst Blvd.
City/State/zip:
Ht;mt, TX 7E95.�
07/28/2025
Data
Developer:
DrinkPAK 11. #L _
By: r
�fisf;grbt3k fi$)
.titre Crawford_
(Printed Name)
Title:
Senior Director, Projects
Company name:
DrinkPAK 11. LLC
Address:
7777 Oak Grove Road
City/State/Zip:
Fort Worth, TX 76140
Date
CITY OF FORT WORTH DrinkPAK Industrial Tenant Devetopment
STANDAR13 CONSTRUCTION Sr'ECIrjoATtoH vocumEws - DEVELOPER AWARDED PROJECtS GryProject No 10611sa
Revised Juno 16, 2016
BOrwd Number 1 Q9.� 1 a3
sd ir? 1 S . 1
PEFIFOHdAIME HOW
%" IM3
1 SECTION 00 9213
2 PERFORMANCE BOND
3
d THE STATE OF7E AS !
g kNOVV ALL 9Y THESE 1}RESE M 5:
5 WtaN Y OF TARRANT
7
e Thst we. _ 11wakEWLc . kri~ ins-Prllticipe l" herein snci
1-12nover Inswanw Comparlyr , $ corpwate3uretyr(auretiea, drlaoa then
10 ono) duLyoutharit-od to r1-D ousen@ss In ft SIM of Texas, known as'Sueeryr' Mrain (Wh thor
i 1 une 4r m-uro�, ibi$ haw and fhrmLyfdound unla 11ha -Devmoper, DrII�KPAK 11.U,
12 , 80h-pr1zpd tc do hoeinesa in Texes ("Davaioper"M and the City of'FORWorW, 8
13 ' wws rnuml ci"Lcarporation ("CiLj�'�, In ffia penal sum or,
14 trreJ la L_ Gouges [$ 12,J1.MeamIVMU L
i5 rr;Oney Qf the Lrnited smas, to he pald hi Fort VM th, TarrantOoiunCyr, T$xeV for lhe pryment
15 ix what h sum weLI and tru lyr to he rnede jolrAly ut1fo We ,rr;lcper arrd the rillyr ea 0uat
17 phllgaaa. we blod-nuftaIvag, outlialm, oxacutors, ark assigns,
16 Jai nrly and sever-MUV. fI"LT by those peftents.
19 WHEREAS, aovoLapair end City have ontofad lrtjC all Agrsement for The conalfuchan
20 or community lacilirtios in 1ho City OT fart Math t!'yr and #hraugh a Communrty Facilities
21 "ement, CFALNumMr CF,a,2 g5 :Orw
22 WId5 $, the Prinalpet haslarrte:red Into H cartelnwFIR-o l contract With thp Dew!.-Dpar
23 aworcIE# the �� day *r July . 2 5 , Flch ,lr$ct i4 hafabw "Ted IQ erid
24 rna ft $ par( heie0r for ALI pufpc$a:& kin If fullyr= rfi+th hef-aln. to lunnis17 all mate gals,
25 equipmentlah-o{ and cnhor ;Drcessones defir► d Gy+ Jim, in The prflssaullon of the Work,
25 I ncluding enyr CharlRe Orders. ae :ormlded for in .9sio t: q ntracr desigheted as DrickPAK
27 rrlijulttrla1 Tenant CleveLopment.
-P. I TY OF C-MTWDRIMi Or+rXM Inau*4 l Tenant Qeme4.pwwM
SYAWJ�kJM OfIfC0 NDffgW - afire A%MDFa MCA C9S orr rh*iA W. orilI&e
PM *w jw 4m 31, 2D42
DO6213-2
PW21.0
1 NW,THEREFOREF W9eDnditJon of this obli mhm is!suchmat Irthe mcd Nnolplok
2 small +abhfuAy+ perfi)rm it abLlgotionsumdar sloe Contnam and shall Malt re3pOctl (juty end
3 1AilMULIV perfprm the Vkrk, imWdingChanp Cr-lore, urtdat tree Contract. urxw-diilgto cm
A phone, spec fRcallons, arod contf8Ct docUmorrts inefBln referFed to. end as weLL &FIng any
a purl(id of ixtenelon of tho Oantraet that my bo grarttk on I" "M oI the aevfAwer AMA r
i6 CnV. U an tltie obligotlon !9ha4L be ip nd b$camg nukl end upl($, 01herwise to remair art full fbtw
7 and off act.
;9 R ROVT b EC FU RTH-EIR, that If any lagM i1clim be f lad on thlQ end, vanue shVIL lie In
S Torrent County, Taxrjs or tho UnMedStatuDirtricl Court dartrw NorlhBrn (NfftrlctfltTexaa,
10 Fort Worrh I)Msiim
11 This bQnd is made and Axacut wd In eomplianoct with tho Ormslons of C hapte r 2259
12 of ma Texas €kv,a Rm aret Code, as mend ad, and all lI$t)Ilil ies cpn I hLs Uond :qt1lufl be
13 det-e(MiMd lit in-ccoFdancew Mthe prW!Hm8 DT BaId !lktvp-
1A IN WITNESS WHEREOF, the PrincfipEil:pnd U a:Su hove SIGNED and SEALED Ws
1!5 irk9trurnenlby dutyautftorimd 8g6hthandl ofIcAts on Mlv the M� —CRY PT JLM
16 _ , 2-p25 .
17
13
19
20
31
22
23
Z4
3:�
26
27
2A
2!13�
30
31
32
ATTEST.
(Princip o SOMI"
t n c �s Ktnc i pa1
OF OF FOW m
$Llt i`ir M CMCOFMW1 *JG - BEVELD ERAW R43ED PRMEUM
AawbkbJ Anumy 31. 2012'
PRING I L;
�k�.� it ham+, �lla� Rxe��dfln,
�arFtr �� 'x`itl�
Add,c&s= . 3 v,ts.t. bd:_
OMVmW_
1)rm-6Fx wim.a4.1 rori■rii n*y
on w 5:1- a
FrEPIP39MAMIMNO
Pap 3 or 3
i SURETY,
2 Nwwuw
4 H Y_ _
5 Sigrrt�re 'r
6
7 Hm4t A WakU.Morney n Fear
Namc a,nd'fitIc
$0 Address; 440LftWSOW
11 w41 m WW MA 01 652,O�f-
12
13 witrons 10 ��Urcl)r Telepbone Numbcv. 10
14
yb
16
17 *Nair,: If s�go!d by an officer of the Surely CornpaFq, nccre must he art files carlificd
18 extma from dre by-laws chowin$ that rh-A person has vzhor4y to sign sutb
1s obligelion. If urct ' ph srr l addr,Css dkdFertrrt �rolrr rrad�llrag�rddr �
4 bxh faint he pm+ided.
21
22 The state d 111e I?nrW steal I not be prior w the datr dhe Contnct is awarded.
23
IM OF f*}T y/WTH DIInkP,rl{ IrekALrWToemg DarelnpmerN
$:iAm3 m r- rr 1' OQFQtKwa- 43 WE Wnim a ' aMY.n F6WE {.`C*f Pr*a Nq 7noIN*
AVYWA 7armryA'.20S2
9-and NuMbet 10MI CL3
W G7»- 1
P�AyKrmr 00?40
Pop 7 of 3
1 SECTION! 0002 14
PAYMENT BOND
4 THESTA<Tf or TEXAS b
:5 9 KKUW ALL 01FTHF$E PRESENTS:
B COUNrY OF 7 RRANT !
7 That we, Murat Electfiu knovw gs-Pnncipal" T,are.n, anif
a8 . as corQorata jurety 143r
!9 r! rnare tt1j)f1 one}, duly aujhorliod to d0 twsIna!ss in the Swe of TW0e9, knRY.Wn as
10 "5utatyr" moms l (mmethaT one w more), are held end flrmly Ijpunp vrkta the DevaLopar,
11 DinkPAIK ll, q& , J}uRNmindlp dp hu0ness in Texas-�CennglW4r'), er5d
12 flea City of Fort Wirth. a Texas mrAnicepat corpnretian in the penal sum
13 �}1~tmnwgd rrw t+xr&W ' ab *4m f Dollam {$ 12-SBI- 0 1, IRMUL
14 money of the United slalos, Mbe paid in ftrt worth. Tartant County. TONS, for 1ho p;gVMegl
15 cif which sum WOR arld 1rULY be madq jnFntLlr u6tD the DavatGper ana Vhe �ityf as duaE
1$ Obtlgess, we blend ouealves, our hobs, o*acuiurs, ardrnini5 ratcirs. succassoEs and assigns,
17 jamtly end sayerak firmly tN Rosa prase m;
18 WH EREA S, Dayst spar aM City have awarod into en AAVoffn tnt for 1 Me cmdruction
181 of carnmunityr fa cilll•e3 in Vha City of Fora Worth. try OrKI through a communky FQcilitiaa
20 Ag,reanienr. CFA Number CIPA25-0055 :and
21 WHEREAS, Pr nOW has ansered inW a Cdrdlll vy(Men C-On"Gt W14-M G`a'rral r.
22 awarded We 2-51h -dam of duhl , 2025 _.. WhICh ContMCt i:s hQnebyf
23 reforrod to and triode 4 i0e7t hRNe&f lot all purpa-m as If l sat forth herein, to Ifw- nosh eti.
24 rrobtoriiil*, "uipM1tnq, Lf0bV and apfIned hyr law, in Iha prorseeurlon of
25 t:Me Work as pdovided fir in ae41% Uribract and de$1grFatad as DrinkPAK Industrial Terr$nt
26 DeveWf flt,
27 N DW, TNFmFFQRC THE CONCIPTIOfd. OF 7HIS OBLIGATION kr &uL-h tlhet I Puncipal
2$ sha011 p&V all monies ow7ng to orry (arrd elLj payrrtant bond haneiic is fy jas defined in C hapto
CITE Of: FcjiRT WQtiTH EWIriVPAK krJwslr. -4&rK D�IDprrw4
VMGARDCM ODNMff IONS, DERrEH3PERXNrAR0EDP1 3&M
t4 and January 31,7042
04i71i-2
PAYMLNt Nlyri
Pga2Ol3
1 2263 ofthe Texas GGweEnmeW Cod&, as amarrdedj,n th-e pwgsurution bf the WC* UhdOY the
2 OpRrtrsot, them lids ubbgE tifln shell tie and heeom6 huLl and void i 0411erwiM to 1IMe In Ifl 10
3 lVc-nand Offflr-f,
d ThIs bond Is made and a e-noted in cntnpWame with the provisl"S Of CAaothr 2253
5 OE the Texas Girjornmimi Cnde, as amend -ad, and elt Usbllitlia9 Orl lhla bowl shell bu
6 datermirted in acCOrdNr�cg with th-+ pr(Nisinnacif smidstefuts.
7 IN WITNESS WHEREGF, the Principal arM SurLmty hwm eaub SIGNED and SEALED
I3 thIS Instrumiant 43yr duLy mut2iorixed agents end officers an tf1rt th@2@lh -day+ of
11
1�
1$
14
1$
1$
17
18
19
20
21
23
2a
24
25
26
27
39
31
3,2
33
34
3�
36
.lug 2025
i
(:]PA1r:
M:
i
Stevie Ri WPM. WN PfWcPnt
(Prin,cipml) 5eerc[ary Name Lind Tittle
Address: zn1 gj.L$jy�.
Hura1, TX 713OSfi
41
whine to M n6rpmM
sukrry;
+fanVAGF 1rraLr;pr-r R*mk
13Y: -
]'�rltii7l�:r�C
t3raM Atw+eIWkCran" in Fria
(5uMy) 9Cl E'Cl3rV Name and rtide
AddM55; A&d Lmoln S?eet
VYordmm;tar MA 01ES1-0002
Allincir, w Surery TOcrib-nne Numher: 8 8-M50
CITY r SF FMWOR H b—kRAX ixntrh& nuonr 0 . .
FSTmDARER an imma mNs, DEMM�ErI K#J6IDE1; PROJEcrs r,rX Pc%od rdm 1944
Nsrmad ICY Itt 2012
006214-3
PAYMENT BOND
Page 3 of 3
1 Note: If signed by an officer of the Surety, there must be on file a certified extract from
2 the bylaws showing that this person has authority to sign such obligation. If Surety's
3 physical address is different from its mailing address, both must be provided.
4
5 The date of the bond shall not be prior to the date the Contract is awarded.
101
7
8 END OF SECTION
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised January 31, 2012
Rued Number 1093103
mai*-$
MAWk%h-4CE9DN*
��ola
1 SECTION 4a 6219
2 NMAINTE MANCIE OOND
a
4 THF SrATE OF TEXAS if
5 4 KNOW ALA IDYYRESE PRESENTS;
COUNTY OF TARPANT i
7
$ That wo HursWt WIt _. known as "PrincOL" herein and
!9 _ a CirporateWrOty(suretle3, Ii tnora ftn
10 one) duty prithodked un do bus[nau 3n th&Sims (A Texas. known as-SuFolyr"11er0n (Mmh,er
11 orm orrnprs), ars held hnd firmLybound unto the Dsvaloror, PrinWj M r
12 , aLAhorizi d to d itr businass in Texot (- Davofoper"f @rpd I1h$ City of Fort Worth. a
13 TemBEr munIcApslcarpoeavorl ("Cdty+"), in the sure
14 of TP#M WOOMP4 k e itic-ffM *0* are a AM 001lars a I 1.00 lawful
1S money 0the Unitod StMw. tota$p$ld In Fort rth, Tarrant County, Twos, fbrpwyrrrs6t0i
15 which sum well and truky+be Fnade [wntky orn-a the Developer sndth-b Cilyas dMobtl R
17 and thelF3UMejeors, wa 1�1:nd oumLvee, aurbaim. executors, sdFl inistr9ors. succemora
1 a an-d assigns, jointLyand amtemLl y, firmLynyli me prewrils.
119 1t11FHE , Dewelop.er aM City have enlered 1ntD an AEreurnonl for the Corlgwlion 01
2D :cunirmun" fpc�klee rn the -1 f;" of Fort V nnh by end thnotgh a Conw iniry Fad irJos
21 AgraerrMrrt, CFA Numbpr CFA2$T0 , and
22 WHERIEA8, kne Prjni:jDjH has e1K a d rnto a conalr1 wfinan contrapt wykh tha
2 S Dowbovar swerded the 3_ day of ,ulY -- 2-5.. , w*lch
24 contffact Is bores releir" to Drrd ern*tla p4art h1 faot for aH pur#neat as If iuLLYSM1oFth
25 awerfr, tojvnizh ad matgrial5, equlumenl wwrand io har sccesaoria as Mimd by Um kn
26 1" proseculion cd1heWeirk, fnvuidirigveyWork rasuLtinghum o duiy auch-orized Chgiigo
22 OrdQr (coMwrlyaky heriaEn, t:hn"Wbrk") asproMadW In sell Conkracl aria bes+gnete4 Bs
2$ COukinkPAl(Ir1dusIrielTenant 06MLopmont sild
:29
EM Or AMWO M " Drim�FAK IngL6b%Mybna Dro*UWnm st
urTANOM0 CITY GOMIMON5 - (MYfMP,114 +4WAqK[3 WIE C' PcMd w I05706
RAWfwd lrrkj1ry a4, 2012
-Mn#lj-�
�JuNIEhAN1 E 03NO
Wp1947
i 'WHEREAS, RrlWpsL rAr%d9 irserrin ritim pUerkrmstarlelsand to so con-etrurtTO Mrk
2 In accordance w+h the [inns. spErcilicatJorls and CDntract Docurnamcsthat the MrkIlk Arid
3 w kl rem Ellin I30lfOM 43Vactt �ft mworhaka or Ymrkrrra+&h#p br geld d,iring the porfad of ftM
4 12) Y03F& aflff the date of Final Accep+Iwa *r TM wark hY tha City �"KDinlentaKa Pwirad"�;
5 81}f.1
5 WHEREAS, i3rGrrelpal. txlYds irtrrlt to rep:Ei r ER r@"MSFrlar:L the Work In r%R1olo w Ni perl
I vpw mcmirg nollW Irom the DevBLaper andror City aT the need therQ41 et onw 9io1a %i0in
5 WeMa4rlt-enencixftl+4,
9 HOWT14EREFORE, kho-c<EdiRion -of thle obllfw iori leauO that It prirclpga7aE
11) ;-nme-dy any delectl" Vkfk. for whk b flmmyr notice wait pm-ddod by DavalomAr or lily,1q a
11 comrActlon "ImkleC"toMgCiRy then lhis obtigetldh ohoUbbimme MJLl rind void;
17 clhervidsu to re reel n In NAL laic■ ano affocl .
i 3 PROVIDE D. HOWEVER. If P4irw*mL ■ha# IalLao to voilkOr -or Monatruct pnYcVAarl+1
14 noWaddoFoctWVft4,kt*almedthat 11a[)@aLopKorCiWmay caLmepnymWAxoh
15 dooc" Wprk to ba ry}alred andAx i9eonalruotad moth ell —mw, ed -cosu lhorbd d~ift
15 borne by She Plitlelpol esd lh*;jrokg unJdr kM1q Ma�wrrjkntic Dana, end
17 PMMDED PATME9. 4Mol If wV IjpL acl.w. be rileif an lhia ti.ond, venue shah lie in
IS Tomint OwrkiN Togo or this Unilad Sban aislifut Court ll3f tiifl Nw1 horn Vlatrlct a "A05,
19 Fort VftrM DWir n:
20 PROVIDED IDED FINGIIEIEI, that" all0g rtlen shall bit vwrklnu" Iry r5at-,ra and
21 eu-:CessiV6 feewbro"Myi'" W kM"OIM iw 40"clowe �krawzs B.
22
29
24
cffc1r RiU WiN, 114 W r#'—,pnI N
'lEwYM40CM CD WIIiCArL - DEVEL09Ear IYMkir Xil) rlNcMG-M O'er hU 104%t
RwrYrdhr r} 31.2012
00es M-�
MAgaeKANCE bQtV
ftp:aCd�
i INWiNESSWHERE-OF, the Prinr-ipst and tha Surely have each SIGNED end SEALED this
2 IrtistrurMnT by OWy autnortiiBct agonts eind officers ors this [he day of
3 .2-
4
PRfl CIPA[ :
HrJral ,tg�,tric
7It-
13Y;
8
9
ATTEST:
10
Slacie Richer, One Pfe5i@&nl__ —
11
"rrGol? 4scamt y
Nunc and Ville
12
13
A ; ��kg 1junat E1Md
14
HUr~stJX7W66
is
W rtr MILZ4,Rrine i}Tal
17
SURETY:
13
HArtorf insurn me OomWy
20
BY;
22
24
BrO Atw*U-Mwwy In Faia
`—
25
umty),Socrul r
Name and -Mle
d s: 440 Un4;Wn S4r*mt
y
WordwBW MA O1Md=
29
30 VIIFWM to Surraty TeleplWnc Number_ &XM8 N6O
:31
32
33 *Norr: if 91 d by an offtcar of Mhc Sumly Comp&nya th-err must b�c nn rile a ccnl tied
34 extract from the by -laves 5huwing Chat this person has audharky to sign Noah
15 obi t1on. If '.s phy-gical addirc-%s is d1Fferent fmm irs meiliq e�dre5s,
36 Wth must Wprawided
37
38 Zhr- date of rho bond shall not be prior w Lhe dale the Contract i�.mwaMci
0rY0FFIrT11dCit M drinMPAXWW"W4WXDM1WWR
21OK640 OrYCONO Tl MS - [IMLCIPFri,kl ORDER PRa EGI£ ar R"d hie 1MIM
Poe vrb hmorp 31, W51
WOf rAWT NOTICF
To obtain information or rake a coh-igia irrt
Y4au may colt TIIHy KanaVer lnsuranQp <ornparip!
Clthw5 wnwiance C.+5tipar+V of AML-rka's toll-#ree
teteph.m! r umb& for i nTormalfon or to rnAe a
<omplalm al:
1-RC0-3"3-I4
Y-OU may also waite to The HanGwn fnsurancei*mpanyl
Citlrcnsinwrawt CoMpa ily of Amwica al;:
440 Lincoln SVE-et
WorcesW, MA 01653
You may contact the 1 exas # artmcmt of 4nsurbnce
toGb?a3n InfGrtkl.Btl0n on companies, -cover cs,
rlghl5 or compEaints at-
Yaq ntayvMW th-eTexas Ceparkrnmt oFin5urame:
P. CM. B.ax 149104
Awiiln, TX 78714-9104
Fax: (512]47$-1771
Wei' btZFdA%ww.tdLtexm.gnv
C-Fnlli: Con5umerFrofc-kllor@tdi.texas-gov
PREPAILIFAOR CiAKM DISPUTES-
511CUIld yeu have a dispale c-Oncern ing your premium
or about a elaim you should mmacl th-e-agem w rhi�
rorn.Nnyi9rst ffthe ftwte 43 nol rewIved, you may
corflact theTexas Departrraent odlnsurance-
ATTACFI 71-16 NOtICC TO YOUR POI,JCW, ThG,
notice aS (or Inf wmatlnli oniv ar4d dog nen become
a part orconcHk jon dIheaEtarhed document.
Texas Complaint Notice
Corfariercial LGneh
AVISO IMPORTANT[
Vara 4-Ioveor anfow-ac ion: 4 pa: a s+aMMn r una gueja:
V€kad P-wede liarmaral numerode I-elefonn qr.)tlsde
71he Kanowr Insu ra;1f;e IvnspirarKe
ComparnyoFArne*k4'i para hPormadono para
5OLMICr Urka q ueja *l:
1-$00-3+11-�044
U:aad tarnbien puedeescribiraIhe H4nmmr Inwrance
Company/067.enS lnsurap*et onwany of Arneriein A
40DLincoln Strcket
WarcE11ler, MA 0165.3
putde corFmrxltaf5eco-n el Dr-wwm.' mde Seguros
de TExas para abtcL ei Inforrrodun averca dLl
COW-Pnl8s, Lldbartura5, deri-&k-4 o yueJ05 al:
1- -2 51-34 99
Puedeewrhfr at Deparrament-Dde Seguros de Toxw
P. O. Boar 149104
AkksklrL TX 7.0714-910 4
Fax,1512E 475-1771
Web! hk iw ww.Zdi.Uexas.q'
E-mail; Consurr,erf'nak ti r r+�l x s, l€�4
DISPUTA5 S09Ri= PRI MAI Q A E(CA :
5I 1lfint.une &spula corKerrkle a su prlfoav a un
mcaainD, dew COMMIC.Mt M e� ag@nte o la COM-
panla pr1welm 51 no se resuHNv2 ia.disputa, p
e4ltbnces com unicatse come dtWtarnentu (Tpl).
para propcSito de Informador.T rose convierko en
pirleta Caradi63n del doculnentoa � urlto,
nqk H-_ YriWSIr C-p Jq#I 41if A"4.R W,*L�m 0. 4:651
runt■r{r. ,
THE HANCI4ETt INAtJRANCF CWPARY
MA$WHU:5&T;91)AY I4tuFLA CECtmpAN}'
GIT'IZE'13INJURANCE C43MPAKYOF AMERICA
rK7NLR OFA7-FCMWFle
THIS r ar ANcrnrp IlrnKL ihr rely Or tiaq e*Mwd hr4pr0n, ■nG Ihex 4L-we rrq ■ulhKeltf• Co Gild uhe Company meepl In the RAM* ad 1¢ the
45a'nl ih4rPln• wood.
KNUM ALL PERSONS 9Y7HR%6 PRESEUTS;
ThW THE HAMWR INSURANCE COMPANY OW WWAZHU6MS aAT IN "CE CXk1PAl .bM W" Udpm r4* p!;0w brd"y"LdpAh d*
SF 4 942* SUM of Mew H■mOft% WA GMWN } IK2WkAWX r'Amy pF ANERI A a cmpwW n o pRfrtl:hd NW ftmwg Lvdv the wen yr um SWA Cr
VW134Mrnr nd? dµr9r WW 0011M AW p t�* +pW don he e:v rum ditIo orid oppvK
lii ItRroetm■n, 5uurnr►0 Von bwol. Uwl AwmlL Dorwr■n Pwffm4r, Ymw9l rONh ■ndmi Lome Tavli
CR 4MWJ kr Of PfiWde4'Tx aadF trltb&LhW M Fare ha mrxrM #*M *'r*+SpYY4+li, It NO IYW HYd WwV UWrd*Lrph,•ied M a%n amMOL aaa ■: naMWM VA
d~ Ikf, SM hO IhM bitf, M4 # I111 dd 8nd *W r pb�m YYRM Ma LW d SWbrl, WW ■rla Y eu" byds• r mrftbpm, 6mewir5p, * omw "
o iidti. the aYoanrGxi d.d, wretyr txxYdr .. wx4wtWW0Or MY*j� ablagbw Yc pui&LGr * of ftl prmperB, sw he m rknp upon %@
0WWVMZ"4uWt0W" p7 Thdpi e+f; I I LM AkWhld i37fE 0n pica Daiwam. kl Dw own pmW pnroknt r+4•ra . JFrt7 Pig
p'?YY m O iclLSfrk4} lk fre add ��ee rilrled h8retn; r7d #fir haw no # +er 10 blrld �Mr �`o+np 1 1 h rprkv�+r s led far}d id lkha aad7w+1 ¢I ■nW
Wnbsten mumd tiadr
Amy mL" 9NOW00- }n th& UMN*d IMCWlw Krill lrk exceed Thy Million ■na Nv1-N IrF ■nyr irlalr In■ta-gee
TW ft p4AwI*MM V49MOJW WM4Wrl kt•g* iiFb4 Vt% bkwi4y'I4 urb-ie} passed by 4* L'�,rdol L1ka�rsolrar:'�.rpr, rh, �� R
rM♦fiti In hm kxft hftd ■1JMht�L
RE %XvEV; TM Im Pril kW for ■ V Vbe 1n■derrq h o gpmibn w3lh RM Vkm PnWW=L bomid I' t WVW W6 NW r4 4MpM &r*d w
appobA Amrr)r Ink of r- *nrorf, kr ft rMv11F fr+rA m A ocit. s4 4 mak *W *Now~ br mW orl b bvW ■r su", ■" ■nd ■h bwwik
.. , .. .. oarbx+4�k�+ Indemr�,.•eh+eal�aW�l�rd �e�rer,erl��et�dbryrkr drra*.o-tr�.e�,.*p�.r Iaai�irf+�x� di�Fldllkrr
��1'- �h' •+,di+ v�,-ap. no �aa,Ied trK w�I �4i � e+ 14+a(np upon Ra Cnrnp*rrM flr I! �Rrr� I+■d xyw, dv� �,dd.r�u
adumNewow W ft mu la hr *t 06 ewpwu in rni' awn + p
RLYXVEd: Thr1 aro aw as Famur4 al AUwTh" irr4 C*egigi Coon rk ka P455Wefi o'I MbLbw &M owHbwjm. k, dry, I#— *nil
*A0= lyd by ft P?+1i0JmI ar Vk35 FYeibdeM to cm*mcha, WM mWVkm PToWi*v oti m Camp■rty. w4m fso oi+ to +w'*1h#&w" o rw
mil ON Wp dm alil wara MWMLNIIY MOW. awn thwvi arlriGrawsrf rlftwc + w"hm" rhlrrta+r mar #61aKmkrIr V%Jopkd V. roe F
T4 Fbr*%w kwxvw Cgffwx, 3q, 1 - Y omduNMeffly kmwcrK:t t�arr�, Ars*Md SmpMwgw 7, MI -CKtbw tii-rdrWW
Campairw d Amarks ■ref ■fflrrmd by arch cawwh� an wwr& W. 7UmM
W 4klrNESSV4F RECF,THEJ#JtiIM14 INSi ONCE 4gWANT. MAEff KVSErTM M'e LPWKWf. OOk1PJlh ywdur hmjWCE O MPM&
oF,txf�r h�►ap �� iM4•• 14 4a firr irlrWd rMi�I ra�.atr�#r. .eahl, ■ib� �r hen '.+r>f �rdder�. � pay �' flr W K, �as�
3 3 r I l r uv& %am rs W{ N%pti as
I Lum m %4vwm fty Irrmrwcr:Opmmw7
i'h�i� 1+MMrNif �#11
¢N}Jr 4rRifkY
" 4 4,,14�
W. rKywo h>"IAftnt
15TArE0FGV*WGTKVr M
C0014TY OF IIARTFOM
w
tiic WIG YNr Imm grip {qppqv
f rrrra id kwo F" , CH44m,
4a1■ r,Ye�rir rFrlwlr4rl
H• Ykl a �I
to MJIM d myormy. %pw W" ma qw" MgjlD ., * rri rW Vkd PiIEYd(XdwdVkik Pr@6M*m cfr The hlipvrer Insarmm Larr pony, . 1
8ft ftk..rW i� fi npinX at AFarrfz, to me pm'mrm' io Bhm b ba mm krdtui&m* w4 l d"OrLpod bR�. WA
mAmmrled� mk*rld �r+a Iilnlfir5rWNW 10 Ow Vmm&o Wat11mW Ke pN ompOfw wW of T14k r t►a C4fr;l". mu Andit $q+ 1'■YY■mm
anlpa" fiFd Comm lmdmrmc&npmm of EW 11W 04 NOW ea■i ■r1d tmk 11p Wkm 418 dF -m RMr*d and
at�sarr�•r� rfl ■ald ina dmenr trrr d" +Aril ca�E
- - �j - K+rfw* Lakmrnnds
k 1hm HAwwwred VWA P.-mtdrnt rO t4w Fwvmxr IniumfvA car-jwx, hIW+M*rVv*Q& ftj w4#u v" ■h4 C4MWU ir� pirx 'Of + MdMZt
hir>rbrraprl .90110 M— � ft 4 h Rkft .§M cu-ed 03M ill the tklprr� Nammaf laaued bV deld Mbrrrppn" wdda rwDby fuww weft
dW ftia W Pa■ of Ajar m mm ■a W� WW WW I W. r�
GM-r4lardor trrr Nkh4lmd top ie■il of raid Campenler. N sl V%r K Melcaorkr ` , Ih}ad.6 — On Co. ILL
- 1
CERTIrlPff) co?Y
tt�laehra N�
Rk dicr, %-kc hrcldcrl
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1 — Definitions and Terminology..........
1.01 Defined Terms ...............................
1.02 Terminology ..................................
Article 2 —
Preliminary Matters .......................
2.01
Before Starting Construction......
2.02
Preconstruction Conference........
2.03
Public Meeting ............................
Article 3 — Contract Documents and Amending......................................................................................
3.01 Reference Standards............................................................................................................
3.02 Amending and Supplementing Contract Documents.........................................................
Article 4 — Bonds and Insurance....................................................................
4.01 Licensed Sureties and Insurers ..................................................
4.02 Performance, Payment, and Maintenance Bonds .....................
4.03 Certificates of Insurance............................................................
4.04 Contractor's Insurance...............................................................
4.05 Acceptance of Bonds and Insurance; Option to Replace..........
Page
1
1
5
7
7
7
7
9
.......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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
5.18 Indemnification ............................................
5.19 Delegation of Professional Design Services
5.20 Right to Audit: .............................................
5.21 Nondiscrimination ........................................
Article 6 - Other Work at the Site.......
6.01 Related Work at Site .......
Article 7 - City's Responsibilities ............................................
7.01 Inspections, Tests, and Approvals .......................
7.02 Limitations on City's Responsibilities ................
7.03 Compliance with Safety Program ........................
Article 8 - City's Observation Status During Construction.......
8.01 City's Project Representative .................................
8.02 Authorized Variations in Work ..............................
8.03 Rejecting Defective Work ......................................
8.04 Determinations for Work Performed ......................
Article 9 - Changes in the Work ......................
9.01 Authorized Changes in the Work
9.02 Notification to Surety ...................
Article 10 - Change of Contract Price; Change of Contract Time
10.01 Change of Contract Price ...........................................
10.02 Change of Contract Time ...........................................
10.03 Delays.........................................................................
24
24
25
25
26
26
26
26
26
27
.......................... 27
.......................... 27
.......................... 27
.......................... 27
.......................... 28
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............
11.01 Notice of Defects..............................................................................................................
11.02 Access to Work.................................................................................................................
11.03 Tests and Inspections........................................................................................................
11.04 Uncovering Work.............................................................................................................
11.05 City May Stop the Work...................................................................................................
11.06 Correction or Removal of Defective Work......................................................................
11.07 Correction Period..............................................................................................................
11.08 City May Correct Defective Work...................................................................................
Article 12 - Completion ..........................................
12.01 Contractor's Warranty of Title ...........
12.02 Partial Utilization ................................
12.03 Final Inspection ...................................
12.04 Final Acceptance .................................
Article 13 - Suspension of Work .....................................
13.01 City May Suspend Work .............................
Article 14 - Miscellaneous .........................................
14.01 Giving Notice .........................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
a
a
a
a
... 29
... 29
... 29
... 29
... 30
... 30
... 30
... 30
... 31
................................. 32
................................. 32
................................. 32
................................. 32
................................. 33
............................................................. 33
............................................................. 33
34
34
DrinkPAK Industrial Tenant Development
City Project No. 106188
14.02 Computation of Times ...........
14.03 Cumulative Remedies ............
14.04 Survival of Obligations..........
14.05 Headings .................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
................................................................................ 34
................................................................................ 34
................................................................................ 35
................................................................................ 35
DrinkPAK Industrial Tenant Development
City Project No. 106188
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either parry or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits o£
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: None
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: None
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
x❑ Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
x❑ Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
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 DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS DrinkPAK Industrial Tenant Development
Revised: January 10, 2013 City Project No. 106188
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
DAP SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 106188
Revised December 20, 2012
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 106188
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 106188
Revised December 20, 2012
012500-1
DAP SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH DrinkPak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
CITY OF FORT WORTH Drink Pak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of the
original design
d. In the City's or Developer's opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended Recommended
Not recommended Received late
By
Date
Remarks
Date
Rej ected
CITY OF FORT WORTH Drink Pak Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013119-1
DAP PRECONSTRUCTION MEETING
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 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
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013119-3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013216-1
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
SECTION 0132 16
CONSTRUCTION PROGRESS SCHEDULE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Document
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
IW4011[HrfW.1e177%'/u101e189ZIZy011117V
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Definitions
1. Schedule Tiers
a. Tier 1 - No schedule submittal required by contract. Small, brief duration
projects
b. Tier 2 - No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3 - Schedule submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d. Tier 4 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with long durations
1) Examples: large water pump station project and associated pipeline with
interconnection to another governmental entity
e. Tier 5 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-2
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
4. Schedule Narrative - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
1. City of Fort Worth Schedule Guidance Document
1.4 ADMINISTRATIVE REQUIREMENTS
A. Baseline Schedule
1. General
a. Prepare a cost -loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cost -loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and known issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
B. Progress Schedule
1. Update the progress Schedule monthly as required in the City of Fort Worth
Schedule Guidance Document.
2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
3. Change Orders
a. Incorporate approved change orders, resulting in a change of contract time, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Guidance Document.
C. Responsibility for Schedule Compliance
1. Whenever it becomes apparent from the current progress Schedule and CPM Status
Report that delays to the critical path have resulted and the Contract completion
date will not be met, or when so directed by the City, make some or all of the
following actions at no additional cost to the City
a. Submit a Recovery Plan to the City for approval revised baseline Schedule
outlining:
1) A written statement of the steps intended to take to remove or arrest the
delay to the critical path in the approved schedule
2) Increase construction manpower in such quantities and crafts as will
substantially eliminate the backlog of work and return current Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shifts per day, working
days per week, the amount of construction equipment, or any combination
of the foregoing, sufficiently to substantially eliminate the backlog of work
4) Reschedule activities to achieve maximum practical concurrency of
accomplishment of activities, and comply with the revised schedule
2. If no written statement of the steps intended to take is submitted when so requested
by the City, the City may direct the Contractor to increase the level of effort in
manpower (trades), equipment and work schedule (overtime, weekend and holiday
work, etc.) to be employed by the Contractor in order to remove or arrest the delay
to the critical path in the approved schedule.
a. No additional cost for such work will be considered.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-3
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be
supplemented with the following:
1) Furnish justification and supporting evidence as the City may deem
necessary to determine whether the requested extension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justification and supporting
evidence, make findings of fact and will advise the Contractor, in
writing thereof.
2) If the City finds that the requested extension of time is entitled, the City's
determination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) Such data shall be included in the next updating of the Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2. Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffected work, in which
case the Contractor shall take all possible action to minimize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as the amount of time between the earliest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or slack time is not for the exclusive use or benefit of either the
Contractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reserve and apportion float time according to the needs of the project.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-4
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
c. Acknowledge and agree that actual delays, affecting paths of activities
containing float time, will not have any effect upon contract completion times,
providing that the actual delay does not exceed the float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
1. W ere work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
1.5 SUBMITTALS
A. Baseline Schedule
1. Submit Schedule in native file format and pdf format as required in the City of Fort
Worth Schedule Guidance Document.
a. Native file format includes:
1) Primavera (P6 or Primavera Contractor)
2. Submit draft baseline Schedule to City prior to the pre -construction meeting and
bring in hard copy to the meeting for review and discussion.
B. Progress Schedule
1. Submit progress Schedule in native file format and pdf format as required in the
City of Fort Worth Schedule Guidance Document.
2. Submit progress Schedule monthly no later than the last day of the month.
C. Schedule Narrative
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrative monthly no later than the last day of the month.
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013216-5
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising the construction Progress Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
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 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]
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
SECTION 0133 00
DAP SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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
Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013300-4
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
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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.
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
1040 IZI] wl X40 I Mei
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August 30, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
0135 13 -1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
SECTION 0135 13
SPECIAL PROJECT PROCEDURES
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 1. (Coordination with North Central Texas Council of Governments Clean
19 Construction Specification [remove if not required])
20 B. Deviations from this City of Fort Worth Standard Specification
21 1. None.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
24 2. Division 1 — General Requirements
25 3. Section 33 12 25 — Connection to Existing Water Mains
26
27 1.2 REFERENCES
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
33 High Voltage Overhead Lines.
34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
35 Specification
36 1.3 ADMINISTRATIVE REQUIREMENTS
37 A. Coordination with the Texas Department of Transportation
38 1. When work in the right-of-way which is under the jurisdiction of the Texas
39 Department of Transportation (TxDOT):
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
0135 13 -2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 0131 13
E. Water Department Coordination
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
0135 13 -3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 1. During the construction of this project, it will be necessary to deactivate, for a
2 period of time, existing lines. The Contractor shall be required to coordinate with
3 the Water Department to determine the best times for deactivating and activating
4 those lines.
5 2. Coordinate any event that will require connecting to or the operation of an existing
6 City water line system with the City's representative.
7 a. Coordination shall be in accordance with Section 33 12 25.
8 b. If needed, obtain a hydrant water meter from the Water Department for use
9 during the life of named project.
10 c. In the event that a water valve on an existing live system be turned off and on
11 to accommodate the construction of the project is required, coordinate this
12 activity through the appropriate City representative.
13 1) Do not operate water line valves of existing water system.
14 a) Failure to comply will render the Contractor in violation of Texas Penal
15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
16 will be prosecuted to the full extent of the law.
17 b) In addition, the Contractor will assume all liabilities and
18 responsibilities as a result of these actions.
19 F. Public Notification Prior to Beginning Construction
20 1. Prior to beginning construction on any block in the project, on a block by block
21 basis, prepare and deliver a notice or flyer of the pending construction to the front
22 door of each residence or business that will be impacted by construction. The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction activity on each
25 block in the project area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No (CPN)
30 c) Scope of Project (i.e. type of construction activity)
31 d) Actual construction duration within the block
32 e) Name of the contractor's foreman and phone number
33 f) Name of the City's inspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
36 A.
37 3) Submit schedule showing the construction start and finish time for each
38 block of the project to the inspector.
39 4) Deliver flyer to the City Inspector for review prior to distribution.
40 b. No construction will be allowed to begin on any block until the flyer is
41 delivered to all residents of the block.
42 G. Public Notification of Temporary Water Service Interruption during Construction
43 1. In the event it becomes necessary to temporarily shut down water service to
44 residents or businesses during construction, prepare and deliver a notice or flyer of
45 the pending interruption to the front door of each affected resident.
46 2. Prepared notice as follows:
47 a. The notification or flyer shall be posted 24 hours prior to the temporary
48 interruption.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
0135 13 -4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
1 b. Prepare flyer on the contractor's letterhead and include the following
2 information:
3 1) Name of the project
4 2) City Project Number
5 3) Date of the interruption of service
6 4) Period the interruption will take place
7 5) Name of the contractor's foreman and phone number
8 6) Name of the City's inspector and phone number
9 c. A sample of the temporary water service interruption notification is attached as
10 Exhibit B.
11 d. Deliver a copy of the temporary interruption notification to the City inspector
12 for review prior to being distributed.
13 e. No interruption of water service can occur until the flyer has been delivered to
14 all affected residents and businesses.
15 f. Electronic versions of the sample flyers can be obtained from the Project
16 Construction Inspector.
17 H. Coordination with United States Army Corps of Engineers (USAGE)
18 1. At locations in the Project where construction activities occur in areas where
19 USAGE permits are required, meet all requirements set forth in each designated
20 permit.
21 I. Coordination within Railroad Permit Areas
22 1. At locations in the project where construction activities occur in areas where
23 railroad permits are required, meet all requirements set forth in each designated
24 railroad permit. This includes, but is not limited to, provisions for:
25 a. Flagmen
26 b. Inspectors
27 c. Safety training
28 d. Additional insurance
29 e. Insurance certificates
30 f. Other employees required to protect the right-of-way and property of the
31 Railroad Company from damage arising out of and/or from the construction of
32 the project. Proper utility clearance procedures shall be used in accordance
33 with the permit guidelines.
34 2. Obtain any supplemental information needed to comply with the railroad's
35 requirements.
36 J. Dust Control
37 1. Use acceptable measures to control dust at the Site.
38 a. If water is used to control dust, capture and properly dispose of waste water.
39 b. If wet saw cutting is performed, capture and properly dispose of slurry.
40 K. Employee Parking
41 1. Provide parking for employees at locations approved by the City.
42 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
43 Construction Specification [if required for the project]
44 1. Comply with equipment, operational, reporting and enforcement requirements set
45 forth in NCTCOG's Clean Construction Specification. }
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
0135 13 -5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13— Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 -6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
1
2
3 --
4
0135 13 -7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
EXHIBIT B
FORT WORTH
DOE I10. ]C]C][][
Ptofeet Here.
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SNORT AS POSSIBLE.
THANK YOU,
,CONTRACTOR
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised August, 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
015000-1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
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
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
01 50 00 - 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
Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
01 50 00 - 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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
01 50 00 - 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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised JULY 1, 2011
015526-1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 34 71 13 — Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015526-2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015713-1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 0157 13
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 — General Requirements
3. Section 3125 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 3125 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
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
1. Submit in accordance with Section 0133 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
0157 13 -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
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised July 1, 2011
015813-1
DAP TEMPORARY PROJECT SIGNAGE
Page 1 of 3
SECTION 0158 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
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, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 58 13 - 2
DAP TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better
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 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
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
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
0158 13 -3
DAP TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M. Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City's website at:
httDs://apes.fortworthtexas.eov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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. Magaiia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised March 20, 2020
016600-1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
017000-1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
PART1- GENERAL
1.1 SUMMARY
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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
IRM97[yW.307Z%140IBiel r9,11101041114'9V
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
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.
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
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
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12 1.2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. See Changes (Highlighted in Yellow).
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
25 1.4 ADMINISTRATIVE REQUIREMENTS
26 A. The Contractor's selection of a surveyor must comply with Texas Government
27 Code 2254 (qualifications based selection) for this project.
28 1.5 SUBMITTALS
29 A. Submittals, if required, shall be in accordance with Section 01 33 00.
30 B. All submittals shall be received and reviewed by the City prior to delivery of work.
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32 A. Field Quality Control Submittals
33 1. Documentation verifying accuracy of field engineering work, including coordinate
34 conversions if plans do not indicate grid or ground coordinates.
35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
36 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards).
37
38 1.7 CLOSEOUT SUBMITTALS
39 B. As -built Redline Drawing Submittal
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
2 constructed improvements signed and sealed by Registered Professional Land
3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
4 — Survey Staking Standards) .
5 2. Contractor shall submit the proposed as -built and completed redline drawing
6 submittal one (1) week prior to scheduling the project final inspection for City
7 review and comment. Revisions, if necessary, shall be made to the as -built redline
8 drawings and resubmitted to the City prior to scheduling the construction final
9 inspection.
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE
12 A. Construction Staking
13 1. Construction staking will be performed by the Contractor.
14 2. Coordination
15 a. Contact City and Developer's Project Representative at least one week in
16 advance notifying the City of when Construction Staking is scheduled.
17 b. It is the Contractor's responsibility to coordinate staking such that
18 construction activities are not delayed or negatively impacted.
19 3. General
20 a. Contractor is responsible for preserving and maintaining stakes. If City
21 surveyors or Developer's Project Representative are required to re -stake for
22 any reason, the Contractor will be responsible for costs to perform staking. If
23 in the opinion of the City, a sufficient number of stakes or markings have been
24 lost, destroyed disturbed or omitted that the contracted Work cannot take place
25 then the Contractor will be required to stake or re -stake the deficient areas.
26 B. Construction Survey
27 1. Construction Survey will be performed by the Contractor.
28 2. Coordination
29 a. Contractor to verify that horizontal and vertical control data established in the
30 design survey and required for construction survey is available and in place.
31 3. General
32 a. Construction survey will be performed in order to construct the work shown
33 on the Construction Drawings and specified in the Contract Documents.
34 b. For construction methods other than open cut, the Contractor shall perform
35 construction survey and verify control data including, but not limited to, the
36 following:
37 1) Verification that established benchmarks and control are accurate.
38 2) Use of Benchmarks to furnish and maintain all reference lines and grades
39 for tunneling.
40 3) Use of line and grades to establish the location of the pipe.
41 4) Submit to the City copies of field notes used to establish all lines and
42 grades, if requested, and allow the City to check guidance system setup prior
43 to beginning each tunneling drive.
44 5) Provide access for the City, if requested, to verify the guidance system and
45 the line and grade of the carrier pipe.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) W ter Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) W ter Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
1 d)
Fire hydrants
2 e)
Valves (gate, butterfly, etc.)
3 f)
Air Release valves (Manhole rim and vent pipe)
4 g)
Blow off valves (Manhole rim and valve lid)
5 h)
Pressure plane valves
6 i)
Underground Vaults
7
(1) Rim and flowline elevations and coordinates for each
8
Underground Vault.
9 3) Sanitary
Sewer
10 a)
Cleanouts
11
(1) Rim and flowline elevations and coordinates for each
12 b)
Manholes and Junction Structures
13
(1) Rim and flowline elevations and coordinates for each
14
manhole and junction structure.
15 4) Stormwater — Not Applicable
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY
19 PART 2 - PRODUCTS
20
A. A construction survey will produce, but will not be limited to:
21
1.
Recovery of relevant control points, points of curvature and points of intersection.
22
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
23
sufficiently permanent and located in a manner to be used throughout construction.
24
3.
The location of planned facilities, easements and improvements.
25
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
26
areas, utilities, streets, highways, tunnels, and other construction.
27
b. A record of revisions or corrections noted in an orderly manner for reference.
28
c. A drawing, when required by the client, indicating the horizontal and vertical
29
location of facilities, easements and improvements, as built.
30
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
31
construction staking projects. These cut sheets shall be on the standard city template
32
which can be obtained from the Survey Superintendent (817-392-7925).
33
5.
Digital survey files in the following formats shall be acceptable:
34
a. AutoCAD (.dwg)
35
b. ESRI Shapefile (.shp)
36
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
37
standard templates, if available)
38
6.
Survey files shall include vertical and horizontal data tied to original project
39
control and benchmarks, and shall include feature descriptions
40 PART 3 - EXECUTION
41 3.1 INSTALLERS
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
1 A. Tolerances:
2
1. The staked location of any improvement or facility should be as accurate as
3
practical and necessary. The degree of precision required is dependent on many
4
factors all of which must remain judgmental. The tolerances listed hereafter are
5
based on generalities and, under certain circumstances, shall yield to specific
6
requirements. The surveyor shall assess any situation by review of the overall plans
7
and through consultation with responsible parties as to the need for specific
8
tolerances.
9
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
10
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
11
1.0 ft. tolerance.
12
b. Horizontal alignment on a structure shall be within .0.lft tolerance.
13
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
14
walkways shall be located within the confines of the site boundaries and,
15
occasionally, along a boundary or any other restrictive line. Away from any
16
restrictive line, these facilities should be staked with an accuracy producing no
17
more than 0.05ft. tolerance from their specified locations.
18
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
19
electric lines, shall be located horizontally within their prescribed areas or
20
easements. Within assigned areas, these utilities should be staked with an
21
accuracy producing no more than 0.1 ft tolerance from a specified location.
22
e. The accuracy required for the vertical location of utilities varies widely. Many
23
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
24
should be maintained. Underground and overhead utilities on planned profile,
25
but not depending on gravity flow for performance, should not exceed 0.1 ft.
26
tolerance.
27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
28 specifications or in compliance to standards. The City reserves the right to request a
29 calibration report at any time and recommends regular maintenance schedule be
30 performed by a certified technician every 6 months.
31 1. Field measurements of angles and distances shall be done in such fashion as to
32 satisfy the closures and tolerances expressed in Part 3.1.A.
33 2. Vertical locations shall be established from a pre -established benchmark and
34 checked by closing to a different bench mark on the same datum.
35 3. Construction survey field work shall correspond to the client's plans. Irregularities
36 or conflicts found shall be reported promptly to the City.
37 4. Revisions, corrections and other pertinent data shall be logged for future reference.
38
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION [NOT USED]
41 3.4 APPLICATION
42 3.5 REPAIR / RESTORATION
43 A. If the Contractor's work damages or destroys one or more of the control
44 monuments/points set by the City or Developer's Project Representative, the monuments
45 shall be adequately referenced for expedient restoration.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 1. Notify City or Developer's Project Representative if any control data needs to be
2 restored or replaced due to damage caused during construction operations.
3 a. Contractor shall perform replacements and/or restorations.
4 b. The City or Developer's Project Representative may require at anytime a
5 survey "Field Check" of any monument or benchmarks that are set be verified
6 by the City surveyors or Developer's Project Representative before further
7 associated work can move forward.
8 3.6 RE -INSTALLATION [NOT USED]
9 3.7 FIELD [OR] SITE QUALITY CONTROL
10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
11 City or Developer's Project Representative in accordance with this Specification. This
12 includes easements and right of way, if noted on the plans.
13 B. Do not change or relocate stakes or control data without approval from the City.
14 3.8 SYSTEM STARTUP
15 A. Survey Checks
16 1. The City reserves the right to perform a Survey Check at any time deemed
17 necessary.
18 2. Checks by City personnel or 3' party contracted surveyor are not intended to
19 relieve the contractor of his/her responsibility for accuracy.
20
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED]
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27
END OF SECTION
28
Revision Log
DATE
NAME SUMMARY OF CHANGE
8/31/2012
D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017
M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
2/14/2018
M Owen Staking and As -Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
DAP CLEANING
Page 1 of 4
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
SECTION 0177 19
CLOSEOUT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
017719-1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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 DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
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)
£ Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH DrinkPAK Industrial Tenant Development
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 106188
Revised April 7, 2014
Irerracon
GeoReporfl-
Geotechnical Engineering Report
Carter Park East - Option 9
Fort Worth, Texas
November 4, 2020
Terracon Project No. 95205118
Prepared for:
Carter Park East Land, LLC
Dallas, Texas
Prepared by:
Terracon Consultants, Inc.
Fort Worth, Texas
November 4, 2020
Carter Park East Land, LLC
3819 Maple Avenue
Dallas, Texas 75219
Attn: Mr. Matthew E. Colter, Vice President
Re: Geotechnical Engineering Report
Carter Park East - Option 9
Oak Grove Road
Fort Worth, Texas
Terracon Project No. 95205118
Dear Mr. Baucom:
lrerracon
Geolieport
We have completed the Geotechnical Engineering services for the above referenced project. This
study was performed in general accordance with Terracon Proposal No. P95205127 dated August
20, 2020. This report presents the findings of the subsurface exploration and provides geotechnical
recommendations concerning earthwork and the design and construction of foundations, floor slabs
and pavements, for the proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any questions
concerning this report or if we may be of further service, please contact us.
Sincerely,
Terracon Consultants, Inc.
v./+/aoao
CHEi1 L- C. P-DRAZA.
,.1 AA754 ........'
Sus4Bhusal, E.I.T. Cheryl C. Pedraza, P.E.
Senior Staff Engineer Geotechnical Department Manager
cc: D. Tyler Baucom / Rob Riner Companies (tbaucom@robriner.com)
Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth, Texas 76118 Registration No. F-3272
P [817] 268 8600 F [817] 268 8602 terracon.com/offices/fort-worth
REPORT TOPICS
INTRODUCTION.............................................................................................................1
SITE CONDITIONS.........................................................................................................1
PROJECT DESCRIPTION..............................................................................................2
GEOTECHNICAL CHARACTERIZATION......................................................................
3
GEOTECHNICAL OVERVIEW.......................................................................................
5
EARTHWORK................................................................................................................
7
DEEP FOUNDATIONS.................................................................................................13
FLOOR SLABS/FLATWORK ON MODIFIED SUBGRADE.........................................16
SEISMIC CONSIDERATIONS......................................................................................
19
RETAINING WALLS/TRUCK DOCK WALLS..............................................................
19
PAVEMENTS................................................................................................................
23
GENERAL COMMENTS...............................................................................................
27
FIGURES......................................................................................................................
29
Note: This report was originally delivered in a web -based format. Orange Bold text in the report indicates a referenced
section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the
GeoReport logo will bring you back to this page. For more interactive features, please view your project online at
client.terracon.com.
ATTACHMENTS
EXPLORATION AND TESTING PROCEDURES
SITE LOCATION AND EXPLORATION PLANS
EXPLORATION RESULTS
SUPPORTING INFORMATION
Note: Refer to each individual Attachment for a listing of contents.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
REPORT SUMMARY
1 rerracan
GeoRepo t
Topic Overview Statement
We understand that the proposed Carter Park East - Option 9 development will include a
single -story warehouse building and associated pavements. Two options are currently
Project proposed as part of the construction of the warehouse building.
Description Option I: Construction of 1 million square feet building
Option II: Construction of 1.6 million square feet building
Overburden soils consisting of fat and lean clays with varying amounts of calcareous
nodules and limestone fragments were present in the borings to depths of about 4 to 14
feet in building borings, to depths of about 5 to 10 feet in pavement borings and to the
depth of about 7 to 10 feet in retaining wall borings. These overburden soils in building
borings (except boring E38, E44 and E45), pavement borings (P101, P102, P107, and
P110) and retaining wall borings were underlain by tan limestone to the depth of about 13
Geotechnical to 23 feet in building borings, to the depth of boring termination in pavement borings
Characterization (P101,102 P107, and P110) and to the depths of about 16 to 20 feet in retaining wall
borings. Gray limestone with shale seams was present beneath the tan limestone to the
boring termination depths in the building borings (except boring E38, E44 and E45) and
retaining wall borings (RW1 through RW4). In building boring E38, E44 and E45 beneath
the overburden soil, gray limestone was encountered to the depth of boring terminations.
Groundwater was not encountered in borings during and short period of the time boreholes
were remained opened.
On -site soils can be used for site fill. Tan limestone is relatively shallow in some areas.
Earthwork
The limestone is hard and may be difficult to excavate. Excavations extending into the
limestone may require breaker hoes, trenchers and milling machines equipped with rock
teeth. Line drilling can be used to control over break at the limits of the excavation.
We recommend supporting foundation loads for the buildings on straight -sided drilled
Deep Foundations
shafts situated in the gray limestone with shale seams stratum (GeoModel layer 3) present
at depths of about 13 to 23 feet below existing grades.
The near -surface soils are active and prone to volume change with variations in moisture
Floor Slabs
level. If movements on the order of 1 inch are acceptable, the floor slabs can be placed
on a modified subgrade as discussed in section Floor Slabs/Flatwork on Modified
Subgrade.
Seismic
Based on the 2012/2015 International Building Code (IBC) and ASCE/SEI 7-10, the
Considerations
seismic site classification for this site is C.
Portland cement concrete pavement is recommended for truck drives and aprons. Asphalt
paving is only recommended in the employee parking areas with no tractor -trailer truck traffic.
Lime stabilization is recommended for subgrades supporting asphalt pavements and heavy -
Pavements
duty Portland cement concrete pavements. Portland cement concrete light duty parking lot
pavements can be placed on a compacted subgrade with or without lime subgrade
stabilization. These pavements are not equal in performance. The Portland cement concrete
pavement is expected to require less maintenance than asphalt pavement.
General
This section contains important information about the limitations of this geotechnical
Comments
engineering report.
1. This summary
is for convenience only. It should be used in conjunction with the entire report for design
purposes.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9
Oak Grove Road
Fort Worth, Texas
Terracon Project No. 95205118
November 4, 2020
INTRODUCTION
This report presents the results of our subsurface exploration and geotechnical engineering
services performed for the proposed Carter Park East — Option 9 to be located at Oak Grove
Road in Fort Worth, Texas. The purpose of these services is to provide information and
geotechnical engineering recommendations relative to:
Subsurface soil (and rock) conditions
Groundwater conditions
Site preparation and earthwork
Foundation design and construction
Floor slab design and construction
Seismic site classification per IBC
Pavement design and construction
Lateral earth pressures
The geotechnical engineering Scope of Services for this project included the advancement of 70
test borings to depths ranging from approximately 10 to 30 feet below existing site grades.
Maps showing the site and boring locations are shown in the Site Location and Exploration
Pla, sections, respectively. The results of the laboratory testing performed on soil samples
obtained from the site during the field exploration are included on the boring logs in the
Exploration Result section.
SITE CONDITIONS
The following description of site conditions is derived from our site visit in association with the
field exploration and our review of publicly available geologic and topographic maps.
Item Description
The project is located about 3,500 feet south of Joel East Road and east of
Oak Grove Road in Fort Worth, Texas.
Parcel Information
32.63876°N, 97.298398°W (approximate)
See Site Locatior
Existing Undeveloped parcel with an existing gas well pad to near the northwest
Improvements corner of the site (east of Oak Grove Road)
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report 1rerracon
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118 GeaReport
Item Description
Current Ground The site appears to be used for agricultural purposes and has heavy tree
cover on the west side of the site and a tree line that extends northeast -
Cover southwest across the east end of the site.
Based on topographical information provided by Kimley Horn Associates, the
ground surface of the site is highest in elevation on the west side of the site
Existing Topography and slopes downward toward the east with the ground surface elevation
ranging from about 695 feet to 661 feet.
PROJECT DESCRIPTION
Our initial understanding of the project was provided in our proposal and no comments have been
made by the design group/client and our final understanding of the project conditions is as follows:
Item Description
We understand that the proposed Carter Park East - Option 9 development
will include a single -story warehouse building and associated pavements. Two
options are currently proposed as part of the construction of the warehouse
Project Description building.
Option I: Construction of 1 million square feet building
Option II: Construction of 1.6 million square feet building
Building Construction
The building will consist of concrete tilt -wall panels with interior steel columns
and roof supports and a grade -supported floor slab.
Finished Floor ±684.1 feet of
Elevation
Columns: 200 kips
Maximum Loads Walls: 3-5 kips per linear foot (klf)
Slabs: 150-200 pounds per square foot (psf)
Grading/Slopes Up to 20 feet of fill and 7 feet of cut will be required to develop finished grades.
Final slope angles of as steep as 4H:1 V (Horizontal: Vertical) are expected.
Below Grade
Structures Limited to loading dock walls less than about 4 feet in height
Free -Standing A retaining wall up to about 5 feet in height is planned on the west side of the
Retaining Walls site. The planned wall will be about 1,000 linear feet.
Pavements
Both rigid (concrete) and flexible (asphalt) pavement sections will be
considered.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report 1rerracan
Carter Park East - Option 9 Fort Worth, Texas GeoRe ort
November 4, 2020 Terracon Project No. 95205118
GEOTECHNICAL CHARACTERIZATION
We have developed a general characterization of the subsurface conditions based upon our
review of the subsurface exploration, laboratory data, geologic setting and our understanding of
the project. This characterization, termed GeoModel, forms the basis of our geotechnical
calculations and evaluation of site preparation and foundation options. Conditions encountered at
each exploration point are indicated on the individual logs. The individual logs can be found in the
Exploration Results section and the GeoModel can be found in the "------section of this report.
As part of our analyses, we identified the following model layers within the subsurface profile. For
a more detailed view of the model layer depths at each boring location, refer to the GeoModel.
Model Layer
1
2
3
Layer Name
Clay
Weathered
Bedrock
Bedrock
General Description
Fat and lean clays
Tan limestone with clay seams and layers
Gray limestone with shale seams and layers
The following table summarizes the rock profile in the building borings:
Approximate
Approximate
Approximate
pp
Approximate
Boring
To Depth to
p p of
Elevation to Top
Depth to Top of
Elevation to Top
Number
Tan Limestone
of Tan Limestone
Gray Limestone
of Gray Limestone
(feet)
(feet)
(feet) '
(feet)
E-1
11
678
18
671
E-2
10
681
19
672
E-3
4
687
21
670
E-4
13
673.5
23
663.5
E-5
11
674
21
664
E-6
13
674
18
669
E-7
8
678
16
670
E-8
12
675
17
670
E-9
13
671.5
17
667.5
E-10
12
672
22
662
E-11
8
678
17
669
E-12
8
677
13
672
E-13
10
676
13.5
672.5
E-14
12
675
17
670
E-15
13
671
17
667
E-16
11
672
17
666
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
Boring
Number
E-17
E-18
E-19
E-20
E-21
E-22
E-23
E-24
E-25
E-26
E-27
E-28
E-29
E-30
E-31
E-32
E-33
E-34
E-35
E-36
E-37
E-38
E-39
E-40
E-41
E-42
E-43
E-44
E-45
E-46
E-47
E-48
E-49
E-50
E-51
E-52
Approximate
Depth to Top of
Tan Limestone
(feet) 7
11
8
6
8
7
9
8
8
9
8
12
13
11
10
11
10
10.5
11
8
8
8.5
Not encountered
10.5
11
13.5
13
13
Not encountered
Not encountered
13
9
8
10
8
8
12
Approximate
Elevation to Top
of Tan Limestone
(feet)
675
677
675
675
674
676.5
679
679
677.5
679
677
676.5
675
675.5
675
675
673.5
665
668
668
660.5
Not encountered
660
658
654
654
652
Not encountered
Not encountered
653
659
664
669
671
664
657
Approximate
Depth to Top of
Gray Limestone
(feet)
16
14
14
17
13.5
16
17
14
13
18
22
22
21
18.5
17
16.5
14
13.5
17
13
14
14
13
17
17
18
16
14
14
17
14
17
17
18
14
17
1 rerracon
GeoReport
Approximate
Elevation to Top
of Gray Limestone
(feet)
670
671
667
666
667.5
669.5
670
673
673.5
669
667
667.5
665
667
669
668.5
670
662.5
659
663
655
656
657.5
652
650.5
649
649
652
655.5
649
654
655
662
661
658
652
Responsive ■ Resourceful ■ Reliable 4
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
Approximate
Approximate
Approximate
pp
Approximate
Boring
To Depth to
p p of
Elevation to Top
Depth to Top of
Elevation to Top
Number
Tan Limestone
of Tan Limestone
Gray Limestone
of Gray Limestone
(feet)
(feet)
(feet)
(feet)
E-53
13
655
18
650
P-101
8
681
Not encountered
-
P-102
5
687.5
Not encountered
-
P-107
8
674
Not encountered
-
P-110
8
659
Not encountered
-
RW-1
8
684
16
676
RW-2
8
685
19
674
RW-3
7
687
18
678
RW-4
10
685
19.5
675.5
RW-5
9.5
685.5
Not encountered
-
Below ground
surface
The boreholes were observed while drilling and after completion for the presence and level of
groundwater. Groundwater was not observed in the borings while drilling, or for the short duration
the borings could remain open. However, this does not necessarily mean the borings terminated
above groundwater, or the water levels summarized above are stable groundwater levels. Due to
the low permeability of the soils encountered in the borings, a relatively long period may be necessary
for a groundwater level to develop and stabilize in a borehole. Long term observations in piezometers
or observation wells sealed from the influence of surface water are often required to define
groundwater levels in materials of this type.
Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff
and other factors not evident at the time the borings were performed. Therefore, groundwater
levels during construction or at other times in the life of the structure may be higher or lower than
the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be
considered when developing the design and construction plans for the project.
GEOTECHNICAL OVERVIEW
Overburden soils consisting of fat and lean clays with varying amounts of calcareous nodules and
limestone fragments were present in the borings to depths of about 4 to 14 feet in building borings,
to depths of about 5 to 10 feet in pavement borings and to the depth of about 7 to 10 feet in
retaining wall borings. These overburden soils in building borings (except boring E38, E44 and
E45), pavement borings (P101, P102, P107, and P110) and retaining wall borings were underlain
Responsive ■ Resourceful ■ Reliable 5
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
by tan limestone to the depth of about 13 to 23 feet in building borings, to the depth of boring
termination in pavement borings (P101,102 P107, P110) and to the depths of about 16 to 20 feet
in retaining wall borings. Gray limestone with shale seams was present beneath the tan limestone
to the boring termination depths in the building borings (except boring E38, E44 and E45) and
retaining wall borings (RW1 through RW4). In building boring E38, E44 and E45 beneath the
overburden soil, gray limestone was encountered to the depth of boring terminations.
Groundwater was not encountered in borings during and short period of the time boreholes were
remained opened.
Expansive soils are present on this site. At the time of our field operations on September 16 to
September 24, 2020, the overburden soils generally varied from average to dry state. Our
laboratory absorption swell test results were as high as 14.3% for samples tested at its natural
overburden stress. Based on the Plasticity Index (PI) of the soils, the potential vertical rise (PVR)
of the site soils is estimated to be on the order of 4 to 5 inches. The PVR is estimated utilizing
the TxDOT method TEX-124-E and based on dry soil conditions.
If movements on the order of 1 inch are acceptable, the building pad should be prepared with 10 feet
of moisture conditioned soils and a 6-inch cap of lime treated soils. If tan limestone is encountered
at a shallower depth, it is not necessary to excavate the limestone. In areas where moisture
conditioning does not extend to the top of tan limestone, it should be noted that the lime cap is in
addition to the 10 feet of moisture conditioned soil for a total treated zone of 10.5 feet below
finished building pad elevation (finished floor elevation minus the slab thickness).
If movements of less than one inch are required, Terracon should be contacted for
recommendations for a structural slab.
We recommend supporting foundation loads for the buildings on straight -sided drilled shafts
situated in the gray limestone with shale seams stratum (GeoModel layer 3) present at depths of
about 13 to 23 feet below existing grades.
Grade beams/tilt panels used in conjunction with drilled shaft foundations should be designed
with a void space between the grade beam/tilt panels and the underlying clay soils. Where tan
limestone is present just below the grade beam/tilt panel a void space is not required.
Portland cement concrete pavement is recommended for truck drives and aprons. Asphalt paving
is only recommended in the employee parking areas with no tractor -trailer truck traffic. Lime
stabilization is recommended for subgrades supporting asphalt pavements and heavy-duty Portland
cement concrete pavements. Portland cement concrete light duty parking lot pavements can be
placed on a compacted subgrade with or without lime subgrade stabilization.
This summary should be used in conjunction with the entire report for design purposes. It should
be recognized that details were not included or fully developed in this section, and the report must
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
be read in its entirety for a comprehensive understanding of the items contained herein. The section
titled General Comments should be read for an understanding of the report limitations.
EARTHWORK
The following sections provide recommendations for use in the preparation of specifications for
the work. Recommendations include critical quality criteria as necessary to render the site in the
state considered in our geotechnical engineering evaluation for foundations, floor slabs, and
pavements.
Site Preparation
Site preparation for the proposed project should include removing the existing vegetation, existing
fill, and any other unsuitable surface materials from the areas of new construction. The exposed
subgrade should be proof rolled prior to placing any fill. The proof rolling should be performed
with a fully loaded, tandem -axle dump truck or other equipment providing an equivalent subgrade
loading. A minimum gross weight of 20 tons is recommended for the proof rolling equipment.
The proof rolling should consist of several overlapping passes in mutually perpendicular directions
over a given area. Any soft or pumping areas should be modified using one of the methods
discussed in this section.
Methods of subgrade improvement could include scarification and recompaction at the proper
moisture content, chemical treatment (lime), or removal of unstable materials and replacement
with granular fill (with or without a geogrid). The appropriate method of improvement, if required,
would be dependent on factors such as schedule, weather, the size of the area to be stabilized,
and the nature of the instability. More detailed recommendations can be provided during
construction as the need for subgrade modification occurs. Performing site grading operations
during warm seasons and dry periods would help to reduce the amount of subgrade stabilization
required.
Scarification and Compaction — It may be feasible to scarify, dry, and compact the exposed
soils. The success of this procedure would depend primarily upon favorable weather and
sufficient time to dry the soils. Stable subgrades likely would not be achievable if the thickness
of the unstable soil is greater than about 2 feet, if the unstable soil is at or near groundwater
levels, or if construction is performed during a period of wet or cool weather when drying is
difficult.
Chemical Treatment — Improvement of subgrades with lime could be considered for
improving unstable soils. Chemical modification should be performed by a prequalified
contractor having experience with successfully stabilizing subgrades in the project area on
similar sized projects with similar soil conditions. The hazards of chemicals blowing across
the site or onto adjacent property should also be considered. Additional testing would be
Responsive ■ Resourceful ■ Reliable 7
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
& oReport
needed to develop specific recommendations to improve subgrade stability by blending
chemicals with the site soils. Additional testing could include, but not be limited to, evaluating
various admixtures, the optimum amounts required and the presence of sulfates in the soil.
Crushed Stone — The use of crushed stone or crushed gravel is a very common procedure
to improve subgrade stability. Typical undercut depths would be expected to range from about
6 to 12 inches below finished subgrade elevation. The use of a geogrid could also be
considered after underground work such as utility construction is completed. Prior to placing
the geogrid, we recommend that all below -grade construction, such as utility line installation,
be completed to avoid damaging the geogrid. Equipment should not be operated above the
geogrid until one full lift of crushed stone fill is placed above it. The maximum particle size of
granular material placed over geotextile fabric or geogrid should meet the manufacturer's
specifications, and generally should not exceed 1'/2 inches.
Further evaluation of the need and recommendations for subgrade treatment can be provided
during construction as the geotechnical conditions are exposed.
Deep Fill Considerations
Up to 20 feet of fill will be placed to establish finished grades in portions of the building pad and
pavement areas. Settlement of deep fills could be up to 1 % of the total fill height and take several
months to occur. We recommend the deep fills be placed early during construction activities.
After placement of the fills, consideration should be given to sequencing construction to place
floor slabs, pavements and utilities in the area of deep fills (i.e. >10 feet) in the later phases of
construction to allow some of the settlement to occur. Site grades should then be adjusted prior
to placing floor slabs or pavements.
Suitable Fill Material Types
The following soil materials are discussed in the coming sections of this report. The following
table summarizes their nomenclature, detailed descriptions, and appropriate usage in the context
of this project.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
Soil Type
On -site soils
Imported fill
Select fill
Flexible base
Granular wall
backfill
Technical Description
Free of vegetation, organic material,
debris, and rocks greater than
4 inches in maximum dimension.
Clean clay soil (free of deleterious
material and debris) with a liquid limit
(ILL) of 60 or less and no rock greater
than 4 inches in maximum dimension
Sandy clay to clayey sand with a
liquid limit (ILL) of 35 or less and a
plasticity index (PI) in the range of 6
and 15
TxDOT Item 247, Type D, Grade 1-2.
Recycled concrete meeting this
gradation is acceptable.
Crushed stone or gravel with less
than 3% passing No. 200 sieve and
less than 30% passing No. 40
sieve, non -plastic
*TxDOT — Texas Department of Transportation
Compaction Requirements
1 rerracon
GeoReport
Appropriate Use
General site grading
Building pad
Pavement subgrades (natural or lime
treated)
Utility trench backfill
Bond breaker beneath building pad or
pavements
Retaining/truck dock wall backfill
Retaining/truck dock wall backfill
Recommendations for compaction are presented in the following table. We recommend that
engineered fill be tested for moisture content and compaction during placement. Should the
results of the in -place density tests indicate the specified moisture or compaction limits have not
been met, the area represented by the test must be reworked and retested as required until the
specified moisture and compaction requirements are achieved.
Item Compaction Moisture Content
On -site soils or
imported fills outside A minimum of 95% maximum standard At a minimum of +2 percentage
the moisture Proctor dry density (ASTM D 698) points of optimum moisture
conditioned zone
Moisture conditioned In the range of 92% to 98% maximum
M At a minimum of +5 percentage
standard Proctor dry density (AST
soils D 698) points of optimum moisture
Responsive ■ Resourceful ■ Reliable 9
Geotechnical Engineering Report lrerracon
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118 GeaReport
Item Compaction Moisture Content
Clay backfill for A minimum of 92% to 98% maximum At a minimum of +5 percentage
exterior face of grade standard Proctor dry density (ASTM points of optimum moisture
beam D 698)
A minimum of 95% maximum standard In the range of 0 to +3 percentage
Pavement subgrades` Proctor dry density (ASTM D 698) points of optimum moisture
content
1. Fills should be placed in maximum loose lifts of 9 inches or less.
2. The compaction criteria in fire lanes and roadways must meet the requirements, if any, as prescribed by
the local governing authority.
Utility Trench Backfill
Utility trenches are a common source of water infiltration and migration. Utility trenches
penetrating beneath the building should be effectively sealed to restrict water intrusion and flow
through the trenches, which could migrate below the building. The trench should provide an
effective trench plug that extends at least 5 feet from the face of the building exterior. The plug
material should consist of cementitious flowable fill or low permeability clay (PI>20). The trench
plug material should be placed to surround the utility line. If used, the clay trench plug material
should be placed and compacted to comply with the water content and compaction
recommendations for fill stated previously in this report.
Grading and Drainage
The performance of the proposed structures will not only be dependent upon the quality of
construction, but also upon the stability of the moisture content of the near surface soils.
Therefore, we highly recommend that site drainage be developed so that ponding of surface runoff
near the structures does not occur. Accumulation of water near the structures may cause
significant moisture variations in soils adjacent to the structures, thus increasing the potential for
structural distress.
Effective drainage away from the structures and excavations must be provided during
construction and maintained through the life of the proposed project. Infiltration of water into
excavations should be prevented during construction. Water retained next to the building can
result in soil movements greater than those discussed in this report. Greater movements can
result in unacceptable differential floor slab and/or foundation movements, cracked slabs and
walls, and roof leaks.
Exposed ground should be sloped and maintained at a minimum 5 percent away from the building
for at least 10 feet beyond the perimeter of the building. Locally, flatter grades may be necessary
to transition ADA access requirements for flatwork.
Responsive ■ Resourceful ■ Reliable 10
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
& oReport
Roof runoff and surface drainage should be collected and discharged away from the structures to
prevent wetting of the foundation soils. Roof gutters should be installed and connected to
downspouts and pipes directing roof runoff at least 10 feet away from the structures or discharged
on to positively sloped pavements or to stormwater collection systems.
Sprinkler mains and spray heads should preferably be located at least 5 feet away from the
structures such that they cannot become a potential source of water directly adjacent to the
structures. In addition, the owner and/or builder should be made aware that placing large bushes
and trees adjacent to the structures may cause significant moisture variations in the soils
underlying the structures. In general, tree roots can adversely influence the subsurface soil
moisture content to a distance of at least 1'/2 times the mature height of the tree and beyond the
tree canopy. Watering of vegetation should be performed in a timely and controlled manner and
prolonged watering should be avoided. Landscaped irrigation adjacent to the foundation units
should be minimized or eliminated. Special care should be taken such that underground utilities
do not develop leaks with time.
After building construction and landscaping, final grades should be verified to document effective
drainage has been achieved. Grades around the structures should also be periodically inspected
and adjusted as necessary as part of the structure's maintenance program. Where paving or
flatwork abuts the structures, a maintenance program should be established to effectively seal
and maintain joints and prevent surface water infiltration. Water permitted to pond next to the
structures can result in greater soil movements than those discussed in this report. Estimated
movements described in this report are based on effective drainage for the life of the structures
and cannot be relied upon if effective drainage is not maintained.
Earthwork Construction Considerations
Shallow excavations, for the proposed structure, are anticipated to be accomplished with
conventional construction equipment. Tan limestone was shallow in some areas. The limestone
is hard and may be difficult to excavate. Excavations extending into the limestone may require
breaker hoes, trenchers and milling machines equipped with rock teeth. Line drilling can be used
to control over break at the limits of the excavation. The limestone maybe very difficult to process
down for use as suitable fill in the building and paving areas and may have to be placed in
landscape areas (i.e. outside building and pavement areas) or wasted.
Upon completion of filling and grading, care should be taken to maintain the subgrade water
content prior to construction of floor slabs. Construction traffic over the completed subgrades
should be avoided. The site should also be graded to prevent ponding of surface water on the
prepared subgrades or in excavations. Water collecting over, or adjacent to, construction areas
should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the affected
material should be removed, or the materials should be scarified, moisture conditioned, and
recompacted, prior to floor slab construction.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
& &Report
Based upon the subsurface conditions determined from the geotechnical exploration, unstable
subgrade soils may be encountered during construction. The stability of the subgrade may also
be affected by precipitation, repetitive construction traffic, closeness to the groundwater seepage,
or other factors. If unstable conditions develop, workability may be improved by scarifying and
drying. Lightweight excavation equipment may be required to reduce subgrade pumping. The
use of remotely operated equipment, such as a backhoe, would be beneficial to perform cuts and
reduce subgrade disturbance.
As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part 1926,
Subpart P, "Excavations" and its appendices, and in accordance with any applicable local, and/or
state regulations.
Construction site safety is the sole responsibility of the contractor who controls the means,
methods, and sequencing of construction operations. Under no circumstances shall the
information provided herein be interpreted to mean Terracon is assuming responsibility for
construction site safety, or the contractor's activities; such responsibility shall neither be implied
nor inferred.
Construction Observation and Testing
The earthwork efforts should be monitored under the direction of a representative of the
Geotechnical Engineer. Monitoring should include documentation of adequate removal of
vegetation, proof rolling and mitigation of areas delineated by the proof roll to require mitigation.
Each lift of compacted fill should be tested, evaluated, and reworked as necessary until approved
by the Geotechnical Engineer's representative prior to placement of additional lifts. Each lift of fill
should be tested for density and water content at a frequency of at least one test for every 2,500 sf
of compacted fill in the building areas and 5,000 sf in pavement areas. One density and water
content test for every 100 If of compacted utility trench backfill.
In areas of foundation excavations, the bearing subgrade should be evaluated under the direction
of the Geotechnical Engineer's representative. In the event that unanticipated conditions are
encountered, the Geotechnical Engineer should prescribe mitigation options.
For moisture conditioned soils, the Proctor tests should be mellowed for at least 48 hours before
compaction of the material to establish the optimum moisture content requirements for control of
the fill placement moisture contents and unit density during construction. Swell tests should be
performed on the remolded Proctor samples to verify required soil water contents to limit swell
potential to one percent under overburdened pressure.
In addition to the documentation of the essential parameters necessary for construction, the
continuation of the Geotechnical Engineer's representative into the construction phase of the
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
project provides the continuity to maintain the Geotechnical Engineer's representative evaluation
of subsurface conditions, including assessing variations and associated design changes.
DEEP FOUNDATIONS
Drilled Shaft Design Parameters
Soil design parameters are provided in the following table for the design of drilled shaft
foundations. The values presented for allowable side friction and end bearing include a factor of
safety.
Design Parameter
Bearing stratum
Allowable end bearing
Allowable skin friction — compression
Allowable skin friction — tension
Minimum penetration to develop end bearing
Penetration to develop skin friction
Design shaft penetration depth
Minimum center to center spacing to develop full
skin friction
Recommendations
Gray limestone with shale seams (Geomodel layer 3)
40,000 psf
6,500 psf
5,200 psf
2 feet or 1 shaft diameter, whichever is greater
Below the surface of the limestone or below any
temporary casing set in the shale/limestone, whichever is
deeper.
The embedment depth into gray limestone can be based
on the allowable end bearing and skin friction provide in
this table. The shafts must have sufficient embedment to
resist axial and lateral loads.
2.5 times the diameter of the larger shaft. Closer spacing
may require some reductions in skin friction and/or
changes in installation sequences. Closely spaced
shafts should be examined by Terracon on a case by
case basis. As a general guide, the design skin friction
will vary linearly from the full value at a spacing of 2.5
diameters to 50 percent of the design value at 1.0
diameter.
Should be evaluated on a case by case basis by
Groups of 3 or more shafts placed closer than Terracon. Alternative installation sequences may be
2.5 shaft diameters needed to allow for a minimum of 48 hours concrete
curing time, before installation of adjacent shafts.
Minimum shaft diameter
Settlement
18 inches
Less than '/2 inch for column loads of 200 kips or less
Allowable end bearing is based on shaft bearing in competent limestone. If a soft shale layer is present in the
bottom of a shaft, the shaft should be extended beyond the shale layer to limestone.
Responsive ■ Resourceful ■ Reliable 13
Geotechnical Engineering Report 1rerracon
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118 GeaReport
Drilled Shaft Lateral Loading
The following table lists input values for use in LPILE analyses. LPILE will estimate values of kh
and E5o based on strength; however, non -default values of kh should be used where provided.
Since deflection or a service limit criterion will most likely control lateral capacity design, no
safety/resistance factor is included with the parameters.
Moisture
Undisturbed
Tan
Gray
Soil Type
Conditioned Clay
Clay Soils
Limestone
Limestone
Soils
LPILE Material
Stiff clay w/o
Weak Rock
Weak Rock
Soft Clay
Type
free water
(Reese)
(Reese)
Effective Soil Unit
120
125
135
135
Weight (pcf)
Undrained
500
1,500
N/A
N/A
cohesion, c (psf)
Young's Modulus,
N/A
N/A
17,000
34,000
Er (psi)
Uniaxial
Compressive
N/A
N/A
170
340
Strength (psi)
Rock Quality
Designation, RQD
N/A
N/A
85
85
M
Krm
N/A
N/A
0.0005
0.0005
Uplift
The drilled shafts will be subject to uplift as a result of heave in the overlying clay soils. The
magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the in -
situ moisture levels at the time of construction. The shafts must contain sufficient continuous
vertical reinforcing and embedment depth into the shale stratum to resist the net tensile load.
For the conditions encountered at this site, the uplift load can be approximated by assuming a
uniform uplift of 1,500 psf over the shaft perimeter for a depth of 10 feet. If the subgrade is
moisture conditioned as discussed in section Floor Slabs, a uniform uplift of 500 psf can be used
in the moisture conditioned zone.
Drilled Shaft Construction Considerations
The construction of all drilled shafts should be observed by experienced geotechnical personnel
during construction to confirm: 1) the bearing stratum; 2) the minimum bearing depth; 3) that
Responsive ■ Resourceful ■ Reliable 14
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
groundwater seepage, if encountered, is correctly handled; and 4) that the shafts are within
acceptable vertical tolerance.
Recommendations for drilled shaft construction are presented in the following table.
Item
Recommendation
Drilled shaft installation
Current version of American Concrete Institute's "Standard Specification for
specification
the Construction of Drilled Piers" ACI 336.
Top of shaft completion
Enlarged (mushroom -shaped) top in contact with the clays should not be
allowed.
Time to complete
Drilled shaft construction should be completed within 8 hours in a continuous
manner to reduce side wall and base deterioration.
Shaft excavations should be installed using dry methods. The concrete should
be placed in a manner to avoid striking the reinforcing steel during placement.
Care should be taken to not disturb the sides and bottom of the excavation
Installation methods
during construction. The bottom of the shaft excavation should be free of loose
material before concrete placement. Concrete should be placed as soon as
possible after the foundation excavation is completed, to reduce potential
disturbance of the bearing surface.
Seepage was not observed in the borings. However, groundwater could be
encountered during wet periods of the year.
If ground water is encountered, rapid placement of steel and concrete may
permit shaft installation to proceed; however, seepage rates could be sufficient
Groundwater control to require the use of temporary casing or underwater placement methods. The
casing should be seated in the limestone with shale seams and layers with all
water and most of the loose material removed prior to beginning the design
penetration. While withdrawing casing, care should be exercised to maintain
concrete inside the casing at a sufficient level to resist earth and hydrostatic
pressures acting on the casing exterior.
Special Conditions
The limestone is hard and may be difficult to penetrate. A contractor
experienced with drilling in hard rock should be retained for this project.
The drilled shaft installation process should be performed under the direction of the Geotechnical
Engineer. The Geotechnical Engineer should document the shaft installation process including
soil/rock and groundwater conditions encountered, consistency with expected conditions, and
details of the installed shaft.
Grade Beams/Pier Caps
In conjunction with drilled shafts, all grade beams or wall panels should be supported by the drilled
shafts. A minimum void space of 10 inches is recommended between the bottom of grade beams,
pier cap extensions or wall panels and the subgrade. The void can be decreased to 4 inches in
Responsive ■ Resourceful ■ Reliable 15
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracan
GeoReport
areas where moisture conditioning has been performed. This void will serve to minimize distress
resulting from swell pressures generated by the clay soils. Structural cardboard forms are one
acceptable means of providing this void beneath cast -in -place elements. Soil retainers should be
used to prevent infilling of the void.
The grade beams should be formed rather than cast against earth trenches. Backfill against the
exterior face of grade beams, wall panels and pier caps should be using on site clay soils placed
and compacted as described in section Compaction Requirements.
FLOOR SLABS/FLATWORK ON MODIFIED SUBGRADE
Lightly loaded floor slabs and flatwork placed on -grade will be subject to movement as a result of
moisture induced volume changes in the active soils that can occur following construction. The
soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture.
The movement typically occurs as post construction heave.
The potential magnitude of the moisture induced movements is rather indeterminate. It is
influenced by the soil properties, overburden pressures, and to a great extent by soil moisture
levels at the time of construction. Based on the soil types encountered in the borings, movements
in slabs placed on grade are estimated to be on the order of 4 to 5 inches for dry soil moisture
conditions that can exist prior to construction. Differential movements could be greater than 5
inches if one edge of the slab is lifted due to soil swell and an opposite edge is subject to shrinkage
due to moisture loss.
Note that movements of/z inch can result in uneven floors, sticking doors, and cracking of floor
slabs and wall partitions. If the risk of these movements is unacceptable, Terracon should be
contacted for recommendations for a structural floor slab.
Slab on grade construction should only be considered if slab movements on the order of one inch
are considered acceptable. Reductions in anticipated movements can be achieved by using
methods developed in this area to reduce on -grade slab movements. A suitable method for this
site consists of moisture conditioning the on -site clays and capping them with a 6-inch layer of
lime treated material. Moisture conditioning can be accomplished as described in this section.
If movements on the order of 1 inch are acceptable, the building pad should be prepared with 10 feet
of moisture conditioned soils an a Minch cap of lime treated soils. If tan limestone is encountered
at a shallower depth, it is not necessary to excavate the limestone. In areas where moisture
conditioning does not extend to the top of tan limestone, it should be noted that the lime cap is in
addition to the 10 feet of moisture conditioned soil for a total treated zone of 10.5 feet below
finished buildinq pad elevation (finished floor elevation minus the slab thickness).
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
The moisture conditioned soil should be mechanically mixed with water until required soil moisture
contents are obtained. The excavated soils, except for deleterious materials or rock greater than
4 inches, can then be replaced in accordance with section Compaction Requirements for
moisture conditioned clays. The lower lifts of moisture conditioned soils should not be disturbed
once approved.
Up to 20 feet of fill will be placed to establish finished grades in portions of the building pad. Any
fill placed below the required moisture conditioning depth and lime cap (i.e. below finished pad
elevation minus 10.5 feet) should be placed per Compaction Requirements for soils outside of
the moisture conditioned zone.
A minimum 6-inch layer of lime treated clays should then be placed to above the moisture
conditioned soils to establish finish pad elevation. The lime treated material must be placed above
the moisture conditioned soils in a short period of time (i.e. within 48 hours) following completion
of the moisture conditioning process to prevent the loss of soil moisture. If the surface of the
moisture conditioned soils is allowed to desiccate prior to placement of the cap, the desiccated
soils should be reworked and placed in a moisture conditioned state.
The moisture conditioned soils should extend at least 5 feet beyond the building perimeter and
include entrances, abutting sidewalks and other flatwork areas sensitive to movement. The
excavated soils, except for deleterious materials or rock greater than 4 inches, can then be placed
in accordance with section Compaction Requirements for moisture conditioned clays. The
select fill or flexible base material or lime treated soils must be placed above the moisture
conditioned soils in a reasonable period of time (i.e. within 48 hours) following completion of the
moisture conditioning process to prevent the loss of soil moisture. If the surface of the moisture
conditioned soils is allowed to desiccate prior to placement of the cap, the desiccated soils should
be reworked and placed in a moisture conditioned state.
Based on the provided site grading information, tan limestone may be exposed at the floor slab
subgrade surface in the southwestern portion of the building. If tan limestone exposed under the
building slab, it should be under cut at least 4 inches to allow placement of select fill or flexible
base material. The select fill or flexible base is recommended as a bond breaker between the
concrete and the rock. Without the bond breaker, unacceptable cracking of the concrete slab can
occur because of the rock surface constraining movement of the slab as the concrete hydrates.
The use of a vapor retarder should be considered beneath concrete slabs on grade covered with
wood, tile, carpet, or other moisture sensitive or impervious coverings, or when the slab will
support equipment sensitive to moisture. When conditions warrant the use of a vapor retarder,
the slab designer should refer to ACI 302 and/or ACI 360 for procedures and cautions regarding
the use and placement of a vapor retarder.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report 1rerracon
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118 GeaReport
Floor Slab Design Parameters
Item Description
Prepared with 10 feet depth of moisture conditioned soils and a 6 inch layer of
Floor Slab Support lime cap as discussed above in section Floor Slabs.
Estimated Modulus of
Subgrade Reaction 100 pounds per square inch per inch (psi/in) for point loads
Floor slabs should be structurally independent of building footings or walls to reduce the possibility of floor
slab cracking caused by differential movements between the slab and foundation.
Modulus of subgrade reaction is an estimated value based upon our experience with the subgrade
condition, the requirements noted in Earthwork, and the floor slab support as noted in this table. It is
provided for point loads. For large area loads the modulus of subgrade reaction would be lower.
Saw -cut control joints should be placed in the slab to help control the location and extent of
cracking. For additional recommendations refer to the ACI Design Manual. Joints or cracks should
be sealed with a water -proof, non -extruding compressible compound specifically recommended
for heavy duty concrete pavement and wet environments.
Where floor slabs are tied to perimeter walls or turn -down slabs to meet structural or other
construction objectives, our experience indicates differential movement between the walls and
slabs will likely be observed in adjacent slab expansion joints or floor slab cracks beyond the
length of the structural dowels. The Structural Engineer should account for potential differential
settlement through use of sufficient control joints, appropriate reinforcing or other means.
Floor Slab Construction Considerations
Finished subgrade, within and for at least 10 feet beyond the floor slab, should be protected from
traffic, rutting, or other disturbance and maintained in a relatively moist condition until floor slabs are
constructed. If the subgrade should become damaged or desiccated prior to construction of floor
slabs, the affected material should be removed and structural fill should be added to replace the
resulting excavation. Final conditioning of the finished subgrade should be performed immediately
prior to placement of the floor slab support course.
The Geotechnical Engineer should approve the condition of the floor slab subgrades immediately
prior to placement of the floor slab support course, reinforcing steel, and concrete. Attention should
be paid to high traffic areas that were rutted and disturbed earlier, and to areas where backfilled
trenches are located.
Responsive ■ Resourceful ■ Reliable 18
Geotechnical Engineering Report lrerracon
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118 GeaReport
SEISMIC CONSIDERATIONS
The seismic design requirements for buildings and other structures are based on Seismic Design
Category. Site Classification is required to determine the Seismic Design Category for a structure.
The Site Classification is based on the upper 100 feet of the site profile defined by a weighted
average value of either shear wave velocity, standard penetration resistance, or undrained shear
strength in accordance with Section 20.4 of ASCE 7 and the International Building Code (IBC).
Based on the soil/bedrock properties encountered at the site and as described on the exploration
logs and results, it is our professional opinion that the Seismic Site Classification is C.
Subsurface explorations at this site were extended to a maximum depth of 30 feet. The site
properties below the boring depth to 100 feet were estimated based on our experience and
knowledge of geologic conditions of the general area. Additional deeper borings or geophysical
testing may be performed to confirm the conditions below the current boring depth.
RETAINING / TRUCK DOCK WALLS
Retaining walls up to 5 feet in height and truck dock wall up to 4 feet in height may be constructed
as part of site development. Walls that cannot tolerate vertical movements or that are associated
with the building should be supported by drilled shafts, as discussed in Deep Foundations. A
void space should be provided below drilled shaft supported walls, as described in Grade Beams.
Walls that can tolerate movements can be supported by spread footings, as discussed in Shallow
Foundations for Retaining Walls.
Shallow Foundations for Retaining/Truck Dock Walls
Design parameters for spread footing foundations bearing in native, undisturbed soils or properly
compacted fill are presented in the following table.
Description
Net allowable bearing pressure
Minimum dimension
Minimum embedment below finished
grade
Estimated movements
Allowable passive pressure 3
Responsive ■ Resourceful ■ Reliable
Continuous/Wall Footing
1,500 psf
18 inches
24 inches
3 to 4 inches
110 psf/ft triangular distribution
19
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
Description
Coefficient of sliding friction
1 rerracon
GeoReport
Continuous/Wall Footing
0.33
The recommended net allowable bearing pressure is the pressure in excess of the minimum
surrounding overburden pressure at the footing base elevation, and assumes any unsuitable fill
or soft soils, if encountered, will be undercut and replaced with engineered fill. The net allowable
bearing pressure includes a factor of safety of at least 3.
The foundation movement will depend upon the variations within the subsurface soil profile, the
structural loading conditions, the embedment depth of the footings, the thickness of compacted
fill, post -construction moisture fluctuations in the clay soils, and the quality of the earthwork
operations.
The sides of the excavation for the spread footing foundation must be nearly vertical and the
concrete should be placed neat against these vertical faces for the passive earth pressure values
to be valid. If the loaded side is sloped or benched, and then backfilled, the allowable passive
pressure will be significantly reduced. Passive resistance in the upper 2 feet of the soil profile
should be neglected. The allowable passive pressure includes a factor of safety of 2.
Shallow Foundations — Construction Considerations
Footing excavations should be protected from standing water or desiccation. The base of all
foundation excavations should be free of water and loose soil and rock prior to placing concrete.
Excavation of individual footings or sections of continuous footings, placement of steel and
concrete, and backfilling should be completed in a reasonably continuous manner. It is preferable
that complete installation of individual footings or sections of continuous footings be accomplished
in 48 hours.
If the supporting soils in the bottom of the footing become disturbed or unsuitable bearing soils
are encountered in footing excavations, the excavations should be extended deeper to suitable
soils and the footings could bear directly on these soils at the lower level or on lean concrete
backfill placed in the excavations. The footings could also bear on properly compacted backfill
extending down to the suitable soils. Over excavation for compacted backfill placement below
footings should extend laterally beyond all edges of the footings at least 8 inches per foot of over
excavation depth below footing base elevation. The over excavation should then be backfilled up
to the footing base elevation with properly compacted fill as described in section Compaction
Requirements.
Backfilling adjacent and over footings should proceed as soon as practical to reduce disturbance.
Backfilling should be accomplished using soils similar to those excavated. All backfill should be
uniformly compacted to the criteria presented in section Compaction Requirements of this
report.
Responsive ■ Resourceful ■ Reliable 20
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerralcan
GeoReport
All footing installations should be inspected by qualified geotechnical personnel to help verify the
design depth and perform related duties.
Lateral Earth Pressures
The lateral earth pressure recommendations herein are applicable to the design of cast -in -place
retaining walls subject to slight rotation, such as cantilever, or gravity type concrete walls.
Walls with unbalanced backfill levels on opposite sides should be designed for earth pressures at
least equal to those indicated in the following table. Earth pressures will be influenced by
structural design of the walls, conditions of wall restraint, methods of construction and/or
compaction and the strength of the materials being restrained. Two wall restraint conditions are
shown. Active earth pressure is commonly used for design of free-standing cantilever retaining
walls and assumes wall movement. The "at -rest" condition assumes no wall movement and is
commonly used for basement walls, loading dock walls, or other walls restrained at the top. The
recommended design lateral earth pressures do not include a factor of safety and do not provide
for possible hydrostatic pressure on the walls.
Far arjmw pmazum rre%rffdm
a * - AW2 M I21).04 Pq
For al4asl prawH m
r
rr
W
Fr-s ciirado
i.
M :, � Ralnrrnp YILsh
Responsive ■ Resourceful ■ Reliable 21
Geotechnical Engineering Report lrerracon
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118 GeaReport
Lateral Earth Pressure Design Parameters
Effective Fluid
Earth Equivalent Surcharge Pressures P2
Pressure Coefficient for Backfill
Fluid Density Pressure (psf)"4, s
Condition Type (pcf) p, (psf)
Unsaturated
Granular - 0.31
40
(0.31)S
(40)H
Select Fill — 0.42
55
(0.42)S
(55)H
Active (Ka)
Flexible Base — 0.33
47
(0.33)S
(47)H
On Site Soil - 0.61
80
(0.61)S
(80)H
Granular - 0.47
55
(0.47)S
(55)H
Select Fill — 0.59
80
(0.59)S
(80)H
At -Rest (Ko)
Flexible Base — 0.5
70
(0.50)S
(70)H
On Site Soil (CH) - 0.75
100
(0.76)S
(100)H
Granular - 3.25
390
---
(390)H
Passive
Select Fill 2.37
310
---
(310)H
(Kp)
Flexible Base — 3.0
420
---
(420)H
On Site Soil (CH)— 1.64 215 --- (215)H
1. For active earth pressure, wall must rotate about base, with top lateral movements 0.002 H to 0.004 H,
where H is wall height. For passive earth pressure, wall must move horizontally to mobilize resistance.
2. Uniform, horizontal backfill, compacted to at least 95 percent of the ASTM D 698 maximum dry density,
rendering a maximum unit weight of 120 pcf for granular backfill, 140 pcf for flexible base, and 130 pcf for
select fill and on site soils.
3. Uniform surcharge, where S is surcharge pressure.
4. Loading from heavy compaction equipment is not included.
5. No safety factor is included in these values.
6. In order to achieve "Unsaturated" conditions, follow guidelines in Subsurface Drainage for Below -Grade
Walls.
Backfill placed against structures should consist of granular soils or approved on -site or imported
fill soils. Wall backfill materials should be placed and compacted as described in section
Compaction Requirements. Granular backfill should not be waterjetted to achieve compaction
and should be placed at a moisture content to allow the desired density to be achieved. For the
granular, select fill or flexible base values to be valid, the granular, select fill or flexible base backfill
must extend out and up from the base of the wall footing at an angle of at least 45 from vertical
for the active or at -rest cases and 60 degrees for passive cases. The top of the backfill should
be protected by flatwork/paving or a minimum thickness of 2 feet of clay fill (PI>20) to reduce
surface water infiltration.
Responsive ■ Resourceful ■ Reliable 22
Geotechnical Engineering Report lrerracan
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118 GeoReport
Subsurface Drainage for Below -Grade Walls
A perforated rigid plastic drain line installed behind the base of walls and extends below adjacent
grade is recommended to prevent hydrostatic loading on the walls. The invert of a drain line
around a below -grade building area or exterior retaining wall should be placed near foundation
bearing level. The drain line should be sloped to provide positive gravity drainage to daylight or
to a sump pit and pump. The drain line should be surrounded by clean, free -draining granular
material having less than 3% passing the No. 200 sieve, such as No. 57 aggregate. The free -
draining aggregate should be encapsulated in a filter fabric. The granular fill should extend to
within 2 feet of final grade, where it should be capped with compacted cohesive fill to reduce
infiltration of surface water into the drain system.
r
•
I
F
�4rv9gt,nd `, • r--
•+w-.
I
moral r� Hr nMr�Na
5
r
1�
L ,
- -
3rG dmd dl Ipr PVC
UNARM yid CP4r7"AlIWI
As an alternative to free -draining granular fill, a pre -fabricated drainage structure may be used. A
pre -fabricated drainage structure is a plastic drainage core or mesh which is covered with filter
fabric to prevent soil intrusion and is fastened to the wall prior to placing backfill.
PAVEMENTS
Pavement Subgrades
Subgrade materials at this site will most likely consist of clay soils. The clay soils are subject to
loss in support value with the moisture increases which occur beneath pavement sections. They
react with hydrated lime to improve and maintain their support value. Lime treatment is
recommended beneath flexible (asphalt) pavement sections. On -site, rigid (concrete) pavements,
may be placed on an unmodified or a lime treated, properly compacted subgrade. The pavement
subgrades should be proof rolled as discussed in Tan limestone
present at the ground surface after final grading should be undercut where Portland cement
concrete pavement is planned. A bond breaker consisting of flexible base material or crushed
limestone should be placed between the rock subgrade and concrete pavement.
Responsive ■ Resourceful ■ Reliable 23
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
Based on laboratory tests, 9 percent hydrated lime (TxDOT Item 280), by dry weight, can be used
for treating the subgrade beneath pavements. Variable soil types may be present at the surface
after rough grading in the pavement areas; therefore, the lime application rate should be verified
by laboratory testing once the pavement subgrade is rough graded. The lime should be thoroughly
mixed and blended with the top 6 inches of the subgrade for on -site pavement. Lime treatment
should extend a minimum of one foot beyond the edge of the pavement.
The soils in this region may contain high level of sulfates. Sulfates can react with lime to form
ettringite crystals that can lead to heave of pavements and premature pavement failure. Sulfate
tests performed at the time of our investigation indicated sulfate of <100 ppm. If lime treatment
of the pavement subgrade is performed, the surface soils should be tested for sulfates after rough
grading is complete. When the sulfate concentrations are less than 3,000 ppm, the subgrade
soils are considered to be suitable for lime treatment in the conventional manner using a single
lime application. When sulfate concentrations are higher than about 3,000 ppm, there is risk of
lime/sulfate induced heave occurring.
The modified or natural subgrade should be uniformly compacted to the criteria described in
section Compaction Requirement:. It should then be protected and maintained in a moist
condition until the pavement is placed. Pavement subgrades should be graded to prevent
ponding and infiltration of excessive moisture on or adjacent to the pavement subgrade surface.
Site grading is generally accomplished early in the construction phase. However, as construction
proceeds, the subgrade may be disturbed due to utility excavations, construction traffic,
desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement
construction and corrective action will be required. The subgrade should be carefully evaluated
at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance
has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly
compacted to the recommendations in this report immediately prior to paving.
Support characteristics of subgrade for pavement design do not account for shrink/swell
movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the
pavement may be adequate from a structural standpoint, yet still experience cracking and
deformation due to shrink/swell related movement of the subgrade.
Pavement Design Parameters
Design of Asphaltic Concrete (HMAC) pavements are based on the procedures outlined in the
1993 Guideline for Design of Pavement Structures by the American Association of State Highway
and Transportation Officials (AASHTO-1993). Design of Portland Cement Concrete (PCC)
pavements are based upon American Concrete Institute (ACI) 330R-01; Guide for Design and
Construction of Concrete Parking Lots.
Responsive ■ Resourceful ■ Reliable 24
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
Traffic patterns and anticipated loading conditions were not available; however, typical pavement
sections with subgrade modification alternatives for 20-year design life are provided. These
represent a total of 45,000 18-Kip Equivalent Single Axle Loads (ESALs) for Light Duty pavement
and 100,000 18-Kip ESALs for the Medium Duty pavement. Light Duty and Medium Duty
pavements should be limited to the automobile parking areas and should be separated from the
truck court areas. Heavy Duty pavements are also provided for the truck court areas for
compacted subgrades, with or without lime treatment.
If the pavements are subject to heavier loading and higher traffic counts than the assumed values,
this office should be notified and provided with the information so that we may review these
pavement sections and make revisions if necessary.
Pavement Section Thickness
Both asphalt and concrete pavement sections are presented in the following tables for on -site
pavements. They are not considered equal. Over the life of the pavement, concrete sections
would be expected to require less maintenance.
Pavement Thickness, Inches
Pavement Section
Light Duty
Medium Duty Dumpster
45,00018-kip
100,00018-kip Area
ESALs
ESALs
Concrete
5
6 7
Portland Cement Compacted Subgrade
6
6 6
Concrete
Total Pavement Section
11
12 13
Asphaltic Concrete
TxDOT Item 340
2
2 -
Type D
Asphaltic Concrete
Full Depth TxDOT Item 340
3
4 -
Asphaltic Concrete Type A or B
Lime Modified Subgrade
6
6 -
Total Pavement Section
11
12 -
*All materials should meet the TxDOT Standard Specifications for Highway Construction.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
TRUCK COURT AREAS (Heavy Duty)
1 rerracon
GeoReport
Portland Cement Concrete Allowable Daily Tractor Trailer Repetitions
Pavement Thickness Untreated, compacted Lime treated, compacted
subgrade subgrade
7 35 55
8 80 110
9 165 220
Dumpster and Light Duty and Medium Duty pavements are based on a minimum 28-day concrete
compressive strength of 3,500 psi. Truck Court Areas area concrete should have a minimum 28-
day concrete compressive strength of 4,000 psi.
All pavements should contain a minimum of 4.5 ± 1.5 percent entrained air. As a minimum, areas
subject to truck traffic should be reinforced with No. 3 bars on 18-inch centers in both directions.
Refer to ACI 330 "Guide for Design and Construction of Concrete Parking Lots" for additional
information concerning joint spacing, joint depth, joint location, etc.
Pavements will be subject to differential movement due to heave in the site soils. We estimate
the potential vertical heave to be as much as 5 inches for this site. Terracon should be contacted
for additional recommendations should it be desired to reduce the potential vertical heave in
pavement areas. Flat grades should be avoided with positive drainage provided away from the
pavement edges. Backfilling of curbs should be accomplished as soon as practical to prevent
ponding of water.
Openings in pavement, such as landscape islands, are sources for water infiltration into
surrounding pavements. Water collects in the islands and migrates into the surrounding subgrade
soils thereby degrading support of the pavement. This is especially applicable for islands with
raised concrete curbs, irrigated foliage, and low permeability near -surface soils. The civil design
for the pavements with these conditions should include features to restrict or to collect and
discharge excess water from the islands. Examples of features are edge drains connected to the
storm water collection system or other suitable outlet and impermeable barriers preventing lateral
migration of water such as a cutoff wall installed to a depth below the pavement structure.
Pavement Maintenance
The pavement sections represent minimum recommended thicknesses and, as such, periodic
maintenance should be anticipated. Therefore, preventive maintenance should be planned and
provided for through an on -going pavement management program. Maintenance activities are
intended to slow the rate of pavement deterioration and to preserve the pavement investment.
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracan
GeoReport
Maintenance consists of both localized maintenance (e.g., crack and joint sealing and patching)
and global maintenance (e.g., surface sealing). Preventive maintenance is usually the priority
when implementing a pavement maintenance program. Additional engineering observation is
recommended to determine the type and extent of a cost-effective program. Even with periodic
maintenance, some movements and related cracking may still occur and repairs may be required.
Pavement performance is affected by its surroundings. In addition to providing preventive
maintenance, the civil engineer should consider the following recommendations in the design and
layout of pavements:
Final grade adjacent to paved areas should slope down from the edges at a minimum 2%.
Subgrade and pavement surfaces should have a minimum 2% slope to promote proper
surface drainage.
Install below pavement drainage systems surrounding areas anticipated for frequent
wetting.
Install joint sealant and seal cracks immediately.
Seal all landscaped areas in or adjacent to pavements to reduce moisture migration to
subgrade soils.
Place compacted, low permeability backfill against the exterior side of curb and gutter.
Place curb, gutter and/or sidewalk directly on clay subgrade soils rather than on unbound
granular base course materials.
GENERAL COMMENTS
Our analysis and opinions are based upon our understanding of the project, the geotechnical
conditions in the area, and the data obtained from our site exploration. Natural variations will occur
between exploration point locations or due to the modifying effects of construction or weather.
The nature and extent of such variations may not become evident until during or after construction.
Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide
observation and testing services during pertinent construction phases. If variations appear, we
can provide further evaluation and supplemental recommendations. If variations are noted in the
absence of our observation and testing services on -site, we should be immediately notified so
that we can provide evaluation and supplemental recommendations.
Our Scope of Services does not include either specifically or by implication any environmental or
biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of
pollutants, hazardous materials or conditions. If the owner is concerned about the potential for
such contamination or pollution, other studies should be undertaken.
Our services and any correspondence or collaboration through this system are intended for the
sole benefit and exclusive use of our client for specific application to the project discussed and
are accomplished in accordance with generally accepted geotechnical engineering practices with
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
Irerraeon
GeoReport
no third -party beneficiaries intended. Any third -party access to services or correspondence is
solely for information purposes to support the services provided by Terracon to our client.
Reliance upon the services and any work product is limited to our client, and is not intended for
third parties. Any use or reliance of the provided information by third parties is done solely at their
own risk. No warranties, either express or implied, are intended or made.
Site characteristics as provided are for design purposes and not to estimate excavation cost. Any
use of our report in that regard is done at the sole risk of the excavating cost estimator as there
may be variations on the site that are not apparent in the data that could significantly impact
excavation cost. Any parties charged with estimating excavation costs should seek their own site
characterization for specific purposes to obtain the specific level of detail necessary for costing.
Site safety, and cost estimating including, excavation support, and dewatering
requirements/design are the responsibility of others. If changes in the nature, design, or location
of the project are planned, our conclusions and recommendations shall not be considered valid
unless we review the changes and either verify or modify our conclusions in writing.
Responsive ■ Resourceful ■ Reliable 28
FIGURES
Contents:
GeoModel (# of pages 6)
Lime Series
Proctor — Natural
CBR — Natural
Note: All attachments are one page unless noted above.
Responsive ■ Resourceful ■ Reliable
CStVMUUtL I er
Carter Park East - Option 9 Fort Worth, Texas
racm
Terracon Project No. 95205118 Geo �1 Report
oyo �+4�
E2 E3
690 ..........E1..................................................................................................................................
1 4 E4 E6 E7 E8 E11 E13
1 .... E5 E9 ... E12
685 ....... E.10.....
1
10 ... 1 1 ... 1 1 1
w 680 ....... ... 2 1 1 .... _... ......
11 1 8 1 1 8 8 /
2 10
U) 675....... ..... ??.
13 11 1 .1
Z 19 2 13 12 2 13 13.5
0 1s
670 ....... ... ?�. .... .... �$. .16, 17, 17
J LU 3 ... 2 ...... 3 ...... 3 .. ......
a 2 2 17
3 ...... .... ... ....... ... ......
w 665.......3 ...... 23. 2.1..
30 30 3 22 3
25
660 ............ n3 ... ...............
30 30 30 3
30 30
655...................................................... 39..................................... 30 . 3b...................................... .
650
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name General Description
1 Clay Fat and lean clays with varying amounts of calcereous
nodules and limestone fragements
2 Weathered Bedrock Tan limestone with clay seams and layers
3 Bedrock Gray limestone with shale seams and layers
LEGEND
® Fat Clay ® Lean Clay
®Highly Weathered
Limestone
® Limestone
NOTES:
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
CStVMUUtL
I er racm
Carter Park East - Option 9 Fort Worth, Texas
Terracon Project No. 95205118
Geo �1 Repj4+4�ort
nyu
E14 E17
E23
E24 E25 E26
E18
E22
685 .......
......Eq.5.................
.....
.......................................
....
E16
E20
IT
1
1680
E19
E21
1
..........
...
...
1
....
...
....
....
a
s
s
1
1
s
1
1
1
1
9
g
2
d675.......
1z
11.
...
....
...
....2
2
...
.......
2
14
13
2
2
11
2
2 .......
17.
13
16
14
2
...
2
......
2
...
....16.
17
....
.......
Z670
2
2
1.8....
F-
17
1a
13.
3
3
17
17
J 665 .......
...
....
w
3
3
3
3
25
3
3
25
660 .......
......
3
......
3
.. _ ...
25..
......
3
.......
...
.......
..............................
30
30
30
30
25
25
30
655 ..................
30.
..............................................................................
30
30
650
This is not a cross section. This is intended to display
the Geotechnical Model only. See individual
logs for more detailed conditions.
Model Layer Layer Name General Description
1 Clay Fat and lean clays with varying amounts of calcereous
nodules and limestone fragements
2 Weathered Bedrock Tan limestone with clay seams and layers
3 Bedrock I Gray limestone with shale seams and layers
LEGEND
® Fat Clay ® Limestone
® Lean Clay
®Highly Weathered
Limestone
NOTES:
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
UtUMUUtL II �
Carter Park East - Option 9 Fort Worth, Texas
racon
Terracon Project No. 95205118 Geoftjrt
F27 E28 �I
nyv —
E29 E30 E31 E32
685 ....... — — — . ......EM...............................................................................
1/
680 ....... ... .... 1 1 1 1..............................................................................
12 13 E34 E35 E36
675 ....... 11 10 11. 10 — — —
..., ... E38 ....................
0) 2 2 2 E39
14 1 E37..... —
J 670 ....... ... .... ... .. ... 17' � 16.f 8 8
N 22 22 18.:
0 665....... _... 3=... ?.. Z.... _.... _...31 .... 1.3. ....... ..... 1 1
3 =
Z Z 3 Z
W 660 ....... — 30. i� 30. 3 ... 3 ... Z .... _ ... — ..25. _.... ... .17 . _ ... .8:5 % ... 10.5.. .
2
13
—= —. —? = Z 2
W 3p / 1q
655................................. =30 30 .3 3 30............. .... Z ..
�. _.
13�71:
Z Z
-Z253 3Z
. 1....-.�.2.. 3 ....3Z.... _.......
30.............. Z = 25 Z 25
645............................................................................................................ .............
— Z 25' —
640
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name General Description
Clay Fat and lean clays with varying amounts of calcereous
nodules and limestone fragements
Weathered Bedrock Tan limestone with clay seams and layers
3 Bedrock Gray limestone with shale seams and layers
LEGEND
Lean Clay ® Fat Clay
®Highly Weathered
Limestone
® Limestone
NOTES:
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
UtUMUUtL II �
Carter Park East - Option 9 Fort Worth, Texas
racm
Terracon Project No. 95205118 Geo eport
PAO Fsn �1 j4+4+
oav
675......................................................................................................... 1.....................................
E48 1 E51
E40........... E45....................... 8. ..... E52 ...................
E41 E47 1 10 1 E53
E42
E44 E46
E43 2
-- 665 ....... 2
w 1 1 1 17 1
ai 660 ....... 1 1 2
... .. ... ... ... ... .. ....18 .. ... .......
11 1 1 �.. 2 14
1
0 655 ....... 2 ... 135 13 ....... _.. .. .14 ....... 2 14 ��. 3 .. 3 .. 13
2 .....
W 17 2 13 / 14 13 3 17 21
J 17 21
w 650 ....... ...18 16 ....... 18....
17
3 3 25
3
645 ....... 3 3 25 3 .......
ze 3
3 3 25 3 30
640 ....... s i......................................................... sa
30 30 _ 30
635 30 rL 30
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name General Description
1 Clay Fat and lean clays with varying amounts of calcereous
nodules and limestone fragements
2 Weathered Bedrock Tan limestone with clay seams and layers
3 1 Bedrock Gray limestone with shale seams and layers
LEGEND
® Fat Clay F1Lean Clay
®Highly Weathered
Limestone
® Limestone
NOTES:
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
UtVMUUtL
Carter Park East - Option 9 Fort Worth, Texas
Terracon Project No. 95205118
I trraan
GeoReport
eyo P102
P103
690 ........P101...... 1 .... ................
5
685 ....... 1 ..... 2 .......
1
_ 10 P104
$ _ 9.5
^ 680............... 8:5........................... ...
d
1
ai675............................................. ...
2 _
z
O
670........................................................
Q
w
J
w665........................................................
660
655
650
This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name General Description
Clay Fat and lean clays with varying amounts of calcereous
nodules and limestone fragements
Weathered Bedrock Tan limestone with clay seams and layers
3 Bedrock Gray limestone with shale seams and layers
LEGEND
® Fat Clay
❑ Lean Clay
®Highly Weathered
Limestone
NOTES:
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
UtVMUUtL
I1 �� �j
1YY 1
Carter Park East - Option 9
Fort Worth, Texas
Terracon Project No. 95205118
GeoRep ort
nyn
RW4 RW5
RW3
694....... .....................................Rw2............................
............................
.............................
.......
RW1
692 ........
...........................
...........................
..............................
690 .......
..........................
1 .
........................... 1
.......
1
-- 688 .......
.............................
.......
d
w
—
^ 686 .......
J
...........................
... ...........................
...............................
.............................. �. 5... .
U)
8
10
Z684 ....... $..........................
O
2
Q682 .......
..............................
w
w680 ....... 2
..........................
..............................
2 ........................... 2 .......
2
678 .......
......
.16.........................
...............................
.......
Z
20 _ zo
Z19
........................
T.20...........................................................................
Z
672 —r zo
This is not a cross section.
This is intended to display
the Geotechnical Model only. See individual logs for more detailed conditions.
Model Layer Layer Name General Description
Clay Fat and lean clays with varying amounts of calcereous
nodules and limestone fragements
Weathered Bedrock Tan limestone with clay seams and layers
3 Bedrock Gray limestone with shale seams and layers
LEGEND
® Fat Clay ❑ Lean Clay
®Highly Weathered
Limestone
® Limestone
NOTES:
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
15.00
14.00
13.00
12.00
2
11.00
LIME SERIES
4 B a
Lime Content (%)
Sample:
Composite bulk sample
Sair Description:
Dark brawn fat clay with sand
Liquid limit:
00 %
Plastic Limit:
23 %
Plastidtyr Index:
43
Passing No. 200:
61.8 %
Optimum Lune AppricaltionRate: 9%
10 12
Lime Content {it.]
pH
0.3
7.00
4.{D
12.09
6.O
12.28
8.0
12A1
10.O
12_4a
Responsive ■ Resourceful ■ Reliable
PROCTOR - NATURAL
4�
1fi 17 19 19 24 21 22 :23 24 29 5 27 28 29 30
M0ISTlJREC0N T(%j
rrI; PAY VNII WE KNIAPPI MJ;KWi aUmE "WW GRTOL PPF4T s - - - AcRG 419L %4QF
SAMPLELQGATLQP. Compasrle bulksarmple
SAMPLE DESCRWION-- Uatk brown latdarr MD sand
Sri P'4;KXTOR RELY5
LMXMTOW PROPERIMS loplimmm Mareture Content: 22.9 %
Liquid Limit lib %
Plasgic Limit: 23 % MA:ori corn Dry Demmy #6.0 pd
PlaatKRyr Ir&x 43
Psaairg No. 200: 81.8 %
Teat McMed ASTL 0-HR.1 %Uwd A
Z4ro air vWs Or SRQ¢iIC gWtX of 2 65
Responsive ■ Resourceful ■ Reliable
ar,
1:{
--o—Ew'! aen$4 = Ti A DO
--a— Eky Dena,! = ff?.1 Id
--o—Opy Denso ■ 99.E Rd
59
CBR - NATURAL
DLL I I I I I I I I i 1
0 w 0050 0 100 0.150 0200 0 250 0�M a M 0 4CO 0 dip 0500
PENETRATJON jkkM
TEST 1Np RAT
B09 NG-- CDmp(mke bulk garnple
DEPTH: 0 to 2 feet
.VPILF Df I"ESN: DiNk bro" i4I 4Iny wrph sad
TRIAL, Cormposite iwrwm
Suf-eharge Load-- 1p Ibe
LABORATORY PIRTIE 5
Liquid Lrrnit:
H %
F4astic Limit:
23 %
Plamltdy Iddek
4�
% Material Passirkg MD:
51.9 %
I:BR REULTS I
0
*d id 714 pe OA
dry densA.yr)
3"s rrMo4 M $F 1 pe 1.9
Jdryienmyr)
rrsple r�o:d d *i 96 4 Pe :6.8
Jdry densylyr;
Esid"64 CDR fat M% dd 18
slarrdard p wor dry &ns*y
Responsive ■ Resourceful ■ Reliable
ATTACHMENTS
Responsive ■ Resourceful ■ Reliable
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
EXPLORATION AND TESTING PROCEDURES
Field Exploration
Number of Borings Boring Depth
53 25 to 30 feet
5 20 feet
12 10 feet
1 rerracon
GeoReport
Location
Building area
Retaining wall
Parking and drive lanes
Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring
layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of
about ±10 feet) and approximate elevations for GeoModel were obtained by interpolation from the
civil drawing provided by Kimley-Horn Associates. If elevations and a more precise boring layout
are desired, we recommend borings be surveyed following completion of fieldwork.
Subsurface Exploration Procedures: We advance the borings with a truck -mounted, rotary drill
rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil
conditions). Five samples are obtained in the upper 10 feet of each boring and at intervals of 5
feet thereafter. In the thin -walled tube sampling procedure, a thin -walled tube is pushed hydraulically
into the soil to obtain a relatively undisturbed sample. In the split -barrel sampling procedure, a
split -barrel sampling spoon is driven into the ground. The load -carrying capacity of bedrock is
evaluated in place by the Texas Department of Transportation (TxDOT) cone penetration test. The
samples were placed in appropriate container, taken to our laboratory for testing, and classified
under the direction of a geotechnical engineer. In addition, we observe and record groundwater
levels during drilling and sampling. For safety purposes, all borings are backfilled with auger
cuttings after their completion.
Our exploration team prepares field boring logs as part of the standard drilling operations. These
field logs include visual classifications of the materials encountered during drilling and our
interpretation of the subsurface conditions between samples. Final boring logs are prepared from
the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field
logs and include modifications based on observations and tests of the samples in our laboratory.
Laboratory Testing
The project engineer reviewed the field data and assigned laboratory tests to understand the
engineering properties of the various soil and rock strata, as necessary, for this project.
Procedural standards noted are for reference to methodology in general. In some cases,
variations to methods were applied because of local practice or professional judgment. Standards
Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 3
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
noted include reference to other, related standards. Such references are not necessarily
applicable to describe the specific test performed.
Water (Moisture) Content of Soil
Liquid Limit, Plastic Limit, and Plasticity Index of Soils
Unconfined Compressive Strength of Cohesive Soils
Absorption Swell Tests
Soil Lime Testing
California Bearing Ratio
Soluble Sulfates
Absorption swell tests are performed on selected samples. These tests are used to quantitatively
evaluate volume change potential at in -situ moisture levels. Selected samples are also tested for
soluble sulfates. The results of these tests are presented in the following tables.
SWELL TEST RESULTS
Liquid
Plasticity
Initial
Final
Boring
Depth
Surcharge
Swell
Limit
Index
Moisture
Moisture
No.
feet
s
E-4
6-8
47
29
19.2
20.5
625
0.7
E-5
2-4
72
45
23.8
33.6
250
14.3
E-7
2-4
45
29
13.6
14.9
250
0.7
E-8
2-4
63
41
16.2
22.3
375
7.2
E-11
2-4
56
37
14.3
15.8
375
0.6
E-13
2-4
53
35
17.1
18.6
375
1.1
E-14
2-4
54
36
16.6
18.0
375
1.8
E-15
6-8
43
28
16.4
17.7
875
0.0
E-16
4-6
40
24
17.1
18.8
625
0.7
E-18
4-6
41
25
13.6
16.1
500
0.8
E-20
2-4
51
34
13.2
15.8
500
1.7
E-33
2-4
60
40
14.3
20.3
375
7.4
E-34
2-4
52
35
12.4
15.8
375
2.9
E-34
2-4
52
35
12.8
16.3
1,375
3.6
E-37
2-4
71
47
22.2
24.3
375
2.6
E-37
2-4
71
47
21.3
23.1
2,250
1.4
E-40
2-4
73
48
26.3
29.4
375
1.0
E-40
2-4
73
48
26.3
28.1
2,250
0.2
E-42
2-4
62
41
16.9
22.1
375
5.8
E-42
2-4
62
41
17.7
22.8
2,500
2.5
E-44
2-4
70
47
20.2
24.5
375
3.6
E-44
2-4
70
47
20.2
24.0
2,625
0.2
Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 3
Geotechnical Engineering Report
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
1 rerracon
GeoReport
Liquid
Plasticity
Initial
Final
Boring
Depth
Surcharge
Swell
Limit
Index
Moisture
Moisture
No.
(feet)
(ps
( )
N
N
N
N
E-45
6-8
42
24
16.5
19.3
875
1.6
E-45
6-8
42
24
17.6
19.3
2,750
0.0
E-48
2-4
61
39
20.0
25.4
375
6.4
E-48
2-4
61
39
20.5
22.5
1,875
1.3
SUMMARY OF SOLUBLE SULFATES TESTS
Boring No.
Depth (ft)
Soluble Sulfates (ppm)
P-101
0-2
<100
P-102
2-4
<100
P-103
2-4
<100
P-105
0-2
<100
P-106
2-4
<100
P-110
0-2
<100
P-112
0-2
<100
Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 3 of 3
SITE LOCATION AND EXPLORATION PLANS
Contents:
Site Location Plan
Exploration Plan
Note: All attachments are one page unless noted above.
Responsive ■ Resourceful ■ Reliable
SITE LOCATION'
Carter Park East - Option 9 Fort Worth, Texas
November 4, 2020 Terracon Project No. 95205118
4. POW
rin
-
77,
N
L
Lam¢
u I
DIAGRAM IS FOR GENERAL LOCATION ONLY. AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES
Irerracon
GeoReport
I Ave
41
X
► tdo.x Tennoon Pro0a
MAP PROVIDED BY MICROSOFT BING MAPS
EWLOWMPLAN■
CW3rFbkEast-OPfim9mFcAAMTae6
rt
• a b: .1�1 .•• ' •c• • •�) : • • • •
-i
P101 P107 . P10fi P108
P109
' E1 E6 . E7 E12 E13 E18 E19 E3fi E37 '.' E42 E43 i
RW1
E27
E26 E25 E24 . E23 . E22 . E49 Ed8
RW2
P102 • E2 ES � E8 • E11 • E14 ■ E17 • E20 , E35 E3S . E47 . E44 ■ P110 .
i
RW3
EZ8 E29 , M.-M.-o E31 . M.- E33 • E50 E51 .
f
RWd ' E21 . E34 . E39
E3 . Ed . E9 . E70 . E75 � E76 .
L
EXPLORATION RESULTS
Contents:
Boring Logs (E-1 through E-53, P-101 through P-112, & RW-1 through
RW-5)
Note: All attachments are one page unless noted above.
BORING LOG NO. E1 Paqe 1 of 1
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z
wa
STRENGTH
TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6366° Longitude:-97.3032°
� Q
}}
F
F
F �
a
� F
o
w z
o
� F
z
F
❑ ¢ EL
w
F w
a
w w
W w%
¢
z
LL-PL-PI U
Approximate Surface Elev.: 689 (Ft.) +/-
❑
¢ m
Q
LL
F
w
O
❑
w
DEPTH ELEVATION (Ft.)
~
O N
N
o
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown to brown, hard
4.5+ (HP)
17
59-21-38
—
4.5+ (HP)
16
5 —
4.5+ (HP)
17
FAT CLAY (CH), with calcareous deposits,
brown and tan, hard
—
4.5+ (HP)
13
57-20-37
—
4.5+ (HP)
LIC
8.65
5.5
13
115
1�
11.0 678+/-
_
LIMESTONE, with clay seams, tan
2
100/1.01,
1
_
8.0 671+/-
_
LIMESTONE, with shale seams, gray
100/1.5"
20—
3
—
100/2.0"
25—
—
0.0 659+/-
in
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E2
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
X 0
Y
LOCATION See Exploration Plan
w
g v
Latitude: 32.6358' Longitude:-97.3032'
j0
Lu
_ ¢
}
w
a
0 X
Approximate Surface Elev.: 691 (Ft.) +/-
o m
Q
DEPTH ELEVATION (Ft.)
0
FAT CLAY (CH), with calcareous nodules, dark
w J
rD
oU)
J w
w 0�
LL
brown, hard — 4.5+ (HP)
2.0 689+/- _
FAT PCLAY d (CHI, with calcareous nodules, 0,04 —
brown, har4.5+ (HP)
LEAN CLAY (Cl with limestone fragments
and calcareous nodules, brown and tan, very
stiff to hard
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
5 —
4.5+ (HP)
685+/-
—
4.5+ (HP)
10-10-12
—
l
681+/- 10—
100/1.5"
15—
672+/-
_
100/1.25"
20—
100/1.5"
25—
661+/-
100/1.01,
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U
a
z
>
o
W
LL
� wZw
X Y
z
¢
¢F
�=
-f w
z
LL-PL-PI U
w ,.,
z
OU
LU 2 N
L)
�
w
d
19
63-22-41
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
16
16
10 43-15-28
14
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E3
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 00
LOCATION See Exploration Plan
w'o wa
STRENGTH TEST
D
ATL LIMITS w
g v
Latitude: 32.6349' Longitude:-97.3031°
}
Q~
F
F
a o
w Z
o z
F F
❑ ¢
w F w a
w w
F cC w ¢
z
LL-PL-PI U
0 X
Approximate Surface Elev.: 691 (Ft.) +/- ❑ ¢ m Q
LL
w IL Of
O N N
0
❑ W w
DEPTH
ELEVATION (Ft.) 0
o
%/A
FAT CLAY (Cl dark brown, hard
4.5+ (HP)
689+/- _
FAT CLAY (Cl with calcareous nodules and
deposits, brown to light brown, hard — 4.5+ (HP)
687+/- _
LIMESTONE, with clay seams and layers, tan 100/7.0"
5—
1 100/2.25"
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
100/3.5"
15—
100/3.0"
20--
670+/-
100/0.75"
25—
661+/- 30
100/1.25"
23 68-24-44
15
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E4
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g U
Latitude: 32.6349° Longitude:-97.3023°
}}
Q F
F
F �
a � F o
w Z
o z
' F F
W 0_
❑ ¢
F J
w F w a
❑ (n
w W
F w (7 .-, Z
F W w% ¢
Q W
z
}= Z
— LL-PL-PI U
0 X
Approximate Surface Elev.: 686.5 (Ft.) +/-
❑ ¢ m Q
m
LL
w IL W W
~ N N
O
❑ W w
DEPTH ELEVATION (Ft.)
L)
o
FAT CLAY (CHI, with calcareous nodules,
brown, very stiff — 3.25 (HP)
3.5 (HP)
o r 6.0 68
w LEAN CLAYfCl with calcareous nodules,
a / tan, very stiff to hard
a
w
o
67
0 LIMESTONE, with clay seams and layers, tan
w
Q
w
Q
U
co 2
0
N
J
J
W
U
Z
U'
13.0 66
LIMESTONE, with shale seams, gray
a
U)
0
0
F
o 3
w
LU
J
Q
Z
U
EK
0 30 n 65
m Boring Terminated at 30 Feet
0
w
i Stratification lines are approximate. In -situ, the transition may be gradual.
Q
a
w
5 —
3.25 (HP)
0.5+/- —
—
4.5+ (HP)
—
4.0 (HP)
10-
3.5+/-
100/2.0"
15—
100/6.0"
( --
2v
3.5+/-
100/0.75"
25—
6.5+/- 30
100/0.75"
22 54-20-34
19
20
19 47-18-29
LIC 3.54 5.4 18 113
Hammer Type: Automatic
u) Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
a
FSee Supporting Information for explanation of
o Abandonment Method: symbols and abbreviations.
z Backfilled with auger cuttings
0
WATER LEVEL OBSERVATIONS
c� Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
m Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
U) 2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E5
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
X
0
LOCATION See Exploration Plan
w
Y
g
v
Latitude: 32.6358' Longitude:-97.3023'
_
>O
Lu
¢
}
w
a
0
X
Approximate Surface Elev.: 685 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), dark brown, stiff to hard
4.0 681+/-
_
FAT CLAY (CHI, with calcareous nodules,
brown and tan, very stiff
5 —
6.0 679+/-
FAT CLAY (CH), with calcareous deposits, tan
18.0
and light brown, very stiff
677+/-
_
LEAN CLAY (Cl tan, orange, and light gray,
very stiff
—
it 1.0
LIMESTONE, with clay seams, tan
2
11.0
k�_, LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
674+/-
15—
20__
664+/-
25-
655+/- 30
Paqe 1 of 1
STRENGTH TEST
ATTERBERG ,
LIMITS w
U
a
Z
w�
W
>_
�Lu F
z
72
LL
C,
W_ w
Y
�(~7 .-.
X w
¢
~w
z
-f 2
z
LL-PL-PI U
OU
��
W�
FIL
2Nv
O
N
W
w
1.75 (HP)
22
4.5+ (HP)
24
72-27-45
2.0 (HP)
26
71-25-46
2.5 (HP) LIC 2.48 6.8 20 110
3.25 (HP)
100/0.75"
100/1.75"
100/1.25"
16 38-14-24
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E6
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0
LOCATION See Exploration Plan
w
}
g v
Latitude: 32.6366' Longitude:-97.3023'
LL > O
Q
Co cn
F
w a
a wu
a
oU)
-
0 W
Approximate Surface Elev.: 687 (Ft.) +/-
o Co
Q
W
UL
DEPTH ELEVATION (Ft.)
O
%/A
FAT CLAY (CH), brown, stiff to hard
.0
FAT CLAY (CH), tan and light brown, stiff
6.0
FAT CLAY (CH), with calcareous deposits, tan,
hard
P////
8.0
LEAN CLAY ICU, with calcareous deposits,
tan. hard
IME=
LIMESTONE, with clay layers, tan
LIMESTONE, with shale seams, gray
—
1.0 (HP)
—
4.5+ (HP)
683+/-
5 —
1.5 (HP)
681+/-
_
—
4.25 (HP)
679+/-
—
4.5+ (HP)
10-
674+/-
100/4.75"
15—
669+/-
100/2.0"
20—
100/0.75"
25—
657+/-
100/1.01,
Page 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U z
O.
>
.-.
o
a.
w
LL
� wZw
W Y
z
¢
¢F
�= z
-f w LL-PL-PI U
w
z
Ir
O
d
22
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
18
20
19 53-19-34
16
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-16-2020 Boring Completed: 09-16-2020
No water encountered during drilling Irermcon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E7 Page 1 of 1
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE: Oak Grove Road
Fort Worth, Texas
w 0O LOCATION See Exploration Plan w Z wa F STRENGTH TEST D ATTERL MIBERG w
}}
o z
g v Latitude: 32.6366° Longitude:-97.3014° Q F F a � F o w Z ' F F
❑ ¢ EL w F w a w w F W w% ¢ Z LL-PL-PI U
Approximate Surface Elev.: 686 (Ft.) +/- ❑ ¢ m Q LL w O ❑ w
DEPTH ELEVATION (Ft.) ~ O N N o
FAT CLAY (CH), with calcareous nodules, dark —
brown to brown, very stiff to hard 2.0 (HP) 26
2.0 684+/- _
/ LEAN CLAY (CLI, shaley, with limestone —
seams, tan, very stiff to hard 4.5+ (HP) 14 45-16-29
1 / —
5 — 3.25 (HP) 15
4.5+ (HP) J 13
61/12"
.0 678+/- _
LIMESTONE, with clay seams and layers, tan
IIL 90/8.0"
1�
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
15— ,
670+/-
20 ,
25— ,
656+/- 30
100/3.5"
100/0.75"
100/0.5"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-16-2020 Boring Completed: 09-16-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E8
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
0
LOCATION See Exploration Plan
w
Y
g v
Latitude: 32.6358' Longitude:-97.3014'
_
j0
Lu
¢
}
w
a
0
Approximate Surface Elev.: 687 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
0
FAT CLAY (CH, with calcareous nodules,
it
w J
rD
J
oU)
w
w �
LL
brown, very stiffto hard — 2.75 (HP)
LEAN CLAY (Cl tan, hard
2.0
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
4.5+ (HP)
5 — 4.5+ (HP)
681+/-
4.5+ (HP)
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U z
a
>
o
W
LL
� wZw
X Y
z
¢
¢F
�= z
-f w LL-PL-PI U
w v
z
F 2 N
L)
N
O
3 W
d
22
16 63-22-41
15
14 32-17-15
4.5+ (HP) LIC 7.23 10.7 18 116
10__
675+/-
100/2.5"
15—
670+/-
100/1.01,
20—
100/0.75"
25—
657+/- in
100/0.5"
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E9
Page 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH
TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6349° Longitude:-97.3014°
}}
Q F
F
F a
� F o
w Z
o z
' F F
❑ ¢ EL
w F w a
w w F
W w% ¢
z
— LL-PL-PI U
0 W
Approximate Surface Elev.:
684.5 (Ft.) +/-
❑ ¢ m Q
LL w
IL W W
O
❑ W w
DEPTH
ELEVATION (Ft.)
~
O N N
o
FAT CLAY (CH), dark gray, hard
4.5+ (HP)
24
2.0
682.5+/-
_
FAT CLAY (CHI, dark brown, stiff to hard
—
4.5+ (HP)
20
68-24-44
5 —
1.5 (HP) LIC
1.40 14.3
26
97
�
7.0
677.5+/-
—
3.0 (HP)
25
59-21-38
LEAN CLAY (CLI, with calcareous deposits,
tan and orange, very stiff to hard
-
-
4.5+ (HP)
15
10—
j3.0
671.5+/-
_
LIMESTONE, with clay seams, tan
100/2.5"
z
15-
7.0
667.5+/-
_
LIMESTONE, with shale seams, gray
100/1.01,
20-
3
100/0.75"
25—
—
0.0
654.5+/_
3�—�
100/0.5"
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E10
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
AT LIMITS BERG w
g U
Latitude: 32.6349° Longitude:-97.3007°
}}
Q F
F
F �
a � F o
w Z
o z
' F F
w o
❑ ¢
F �>
w F w a
❑(o
w w
F W(7 Z
W w% ¢
¢w
Z
}= Z
LL-PL-PI U
Approximate Surface Elev.: 684 (Ft.) +/-
❑ ¢ m Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
m
~ Ov N N
o
FAT CLAY (CH), with calcareous deposits,
brown, hard — 4.5+ (HP)
N 4.0
N FAT CLAY (CH), with calcareous nodules and
deposits, brown and tan, very stiff to hard
F
❑ 1
ui
a
a
w
a
❑
o
U
¢
w 12.0
F � LIMESTONE, with clay seams, tan
w
¢
w
2
¢
U
0
N
J
J
W
za2.0
°o LIMESTONE, with shale seams, gray
J
F
¢
U)
0
UJ
it 3
0
w
LU
J
¢
Z_
U
it
0 0.0
m Boring Terminated at 30 Feet
FF
w
i Stratification lines are approximate. In -situ, the transition may be gradual.
¢
a
w
—
680+/-
672+/-
662+/-
654+/-
4.5+ (HP)
5 —
3.5 (HP)
—
2.5 (HP)
—
4.5+ (HP)
10—
_
100/1.75"
15—
100/2.5"
2�
,
100/1.25"
25—
30
100/0.75"
Hammer Type: Automatic
u) Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
F See for explanation of
o Abandonment Method: symbols and abbreviations.
z Backfilled with auger cuttings
18 58-20-38
14
21
18
16
0
WATER LEVEL OBSERVATIONS
c� Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
m Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
U) 2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E11
Paqe 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z
wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6358° Longitude:-97.3006°
� Q
}}
F
F �
a�F
w z
o
�
z
F
❑ ¢ EL
w F w
a
w w
W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 686 (Ft.) +/-
❑ ¢ m
Q
LL
F
w
O
❑
w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), with calcareous nodules, dark
brown to light brown, stiff to hard
—
1.75 (HP)
25
—
4.5+ (HP)
14
56-19-37
—
I
5—
4.5+ (HP)
14
3.5 (HP)
16
8.0 678+/-LIMESTONE,
with clay seams and layers, tan
L
87/12"
1
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
100/4.0"
15—
669+/-
100/1.25"
20—
100/0.5"
25—
656+/- 30
100/0.75"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E12
Page 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6366° Longitude:-97.3007°
}}
� Q F
F
F
a � F o
W Z
o
� F
Z
F
❑ ¢ EL
w F W a
w w
W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 685 (Ft.) +/-
❑ ¢ m Q
LL
F
w
O
❑
W
DEPTH ELEVATION (Ft.)
~ O N N
o
�A
FAT CLAY (CH), dark brown to light brown,
�/ii
stiff
1.25 (HP)
29
76-26-50
LEAN CLAY ICU, tan and gray, stiff to very
stiff
LIMESTONE, with clay layers, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
1.25 (HP)
681+/-
5 — 1.25 (HP)
26
18 43-16-27
2.5 (HP) LIC 5.12 5 15 122
677+/- _
100/4.5"
10__
672+/-
15— 6, 100/0.75"
20— 6, 100/0.75"
660+/- 25-, 100/0.5"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-16-2020 Boring Completed: 09-16-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E13
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0
LOCATION See Exploration Plan
w
Y
g v
Latitude: 32.6366' Longitude:-97.2998'
_
j0
Lu
¢
}
w
a
0 W
Approximate Surface Elev.: 686 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
FAT CLAY (CH), with calcareous nodules, dark
W J
C,
o�
J
W Lu
0�
W
brown to brown, stiff to very stiff — 1.75 (HP)
4.0 (HP)
682+/-
_
FAT CLAY (CH), tan, very stiff
5 —
3.25 (HP)
680+/-
_
LEAN CLAY ICU, shaley, tan, very stiff to hard
—
3.0 (HP)
—
4.5+ (HP)
676+/-
1
LIMESTONE, with clay seams, tan
672.5+/-
—
LIMESTONE, with shale seams, gray
—
,
100/0.75"
15—
hill
100/0.75"
20—
25—,
Boring Terminated at 25 Feet
Page 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
W
o
F U z
a
>
o
W
LL
� wZw
W Y
z
¢
¢F
�= z
-f w LL-PL-PI U
W ,.,
z
OU
LU 2 N
L)
�
w
d
29
17 53-18-35
15
17
15
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-16-2020 Boring Completed: 09-16-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E14
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0
LOCATION See Exploration Plan
w
Y
g v
Latitude: 32.6358' Longitude:-97.2998'
_
j0
Lu
¢
}
w
a
0 W
Approximate Surface Elev.: 687 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
%/A
FAT CLAY (CH), brown, very stiff
it
FAT CLAY (CHI, with calcareous deposits, tan,
very stiff to hard
LEAN CLAY ICU, shaley, tan and gray, very
stiff
2.0
LIMESTONE, with clay seams and layers, tan
LIMESTONE, with shale seams, gray
W J
o�
J
W Lu
0�
W
2.75 (HP)
3.75 (HP)
683+/-
5 — 3.5 (HP)
681+/-
4.5+ (HP)
Pape 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
W
o
F U z
a
>
o
W
LL
� wZw
W Y
z
¢
¢F
�= z
-f w LL-PL-PI U
W ,.,
z
OU
LU 2 N
L)
�
w
d
22
17 54-18-36
17
16 32-17-15
3.5 (HP) LIC 1.83 2.5 19 113
10__
675+/- 7
100/9.75"
15—
670+/-
100/1.25"
20—
100/0.5"
25—IIL
657+/- in
100/1.01,
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E15
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
X
0
LOCATION See Exploration Plan
w
Y
g
v
Latitude: 32.6349' Longitude:-97.2998'
_
>O
Lu
¢
}
w
a
0
X
Approximate Surface Elev.: 684 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CHI, with calcareous nodules,
brown, very stiff to hard
—
'-
5-
6.0 678+/-
LEAN CLAY (Cl with calcareous nodules,
—
tan, hard
—
P.0 676+/-
_
LEAN CLAY (Cl with calcareous deposits
and gravel, tan and orange, hard
—
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Paqe 1 of 1
STRENGTH TEST
ATTERBERG ,
LIMITS w
w�
W
>_
�F
U
z a
Z
LL
C,
Y
�(~7 .-.
Lu
~w
72
z
W_ w
X w ¢
z
-f 2
LL-PL-PI U
W�
FIL
2Nv N
OU
0�
w
O
W
4.5+ (HP)
19
56-20-36
4.5+ (HP)
13
2.75 (HP)
17
4.5+ (HP)
16
43-15-28
4.5+ (HP)
19
LL 100/0.75"
15—
667+/-
20—IIL 100/0.75"
100/0.75"
25-
654+/-
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
100/0.5"
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Boring Started: 09-17-2020 Boring Completed: 09-17-2020
Irerracon Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E16
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
0
LOCATION See Exploration Plan
w
Y
g v
Latitude: 32.6349' Longitude:-97.2988'
_
j0
Lu
¢
}
w
a
0
Approximate Surface Elev.: 683 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
iA
FAT CLAY (CH), with calcareous nodules,
w J
rD
oU)
J w
w 0�
LL
brown, hard
681+/- _
FAT CLAY (CHI, with limestone fragments,
brown, hard — 4.5+ (HP)
679+/- _
LEAN CLAY (Cl tan, hard
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U z
a
>
o
W
LL
� wZw
X Y
z
¢
¢F
�= z
-f w LL-PL-PI U
w ,.,
z
OU
LU 2 N
L)
�
w
d
20
5 —
4.5+ (HP)
—
4.5+ (HP) LIC
—
4.5+ (HP)
10-
672+/-
100/1.01,
15—
666+/-
100/1.01,
20—
,
100/0.75"
25—
653+/- in
100/0.5"
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
15
17 40-16-24
13
16
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E17
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6358° Longitude:-97.2989°
}}
� Q
F
F �
a�F
w z
o z
� F
❑ ¢ EL
w F w a
w w
F W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 686 (Ft.) +/-
❑ ¢ m Q
m
LL
w
~ N N
O
❑ w
DEPTH ELEVATION (Ft.)
L)
o
FAT CLAY (CH), with calcareous nodules,
brown to light brown, very stiff to hard — 2.0 (HP)
684+/- _
LEAN CLAY ICU, tan, hard
4.5+ (HP)
LEAN CLAY ICU, shaley, tan, hard
LIMESTONE, with clay seams and layers, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
5 —
4.5+ (HP)
—
4.5+ (HP)
678+/-
—
4.5+ (HP)
10-
675+/-
100/5.75"
15—
670+/-
100/1.5"
20—IIL
,
100/0.75"
25—
656+/- in ,
100/0.75"
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
23
13 40-17-23
14
17
17
Boring Started: 09-18-2020 Boring Completed: 09-18-2020
Irerracon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E18
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 00
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6366' Longitude:-97.299°
}
Q~
F
F
a o
w Z
o Z
F F
❑ ¢
w F w a
w w
W w% ¢
z
LL-PL-PI U
0 W
Approximate Surface Elev.: 685 (Ft.) +/-
❑ ¢ m Q
LL
F
w IL W W
0
❑ W w
DEPTH ELEVATION (Ft.)
0
O N N
o
FAT CLAY (CH), dark brown, very stiff
2.25 (HP)
23
2.0 683+/-
_
LEAN CLAY (CLI, with calcareous nodules,0ml,
tan, hard
-
4.5+ (HP)
12
LEAN CLAY ICU, tan and gray, hard
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
5 —
4.5+ (HP)
679+/-
—
4.5+ (HP)
677+/- _
100/3.5"
10__
671+/-
_
100/0.75"
15—
100/0.5"
20—
660+/- 25—,
100/0.5"
14 41-16-25
15
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-16-2020 Boring Completed: 09-16-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E19
Page 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6366' Longitude:-97.298°
}
Q~
F
F
a o
w Z
o Z
F F
❑
¢
w F w a
w w
F W w% ¢
z
LL-PL-PI U
0
W
Approximate Surface Elev.: 681 (Ft.) +/-
❑ ¢ m Q
LL
w IL W W
~ N N
O
❑ W w
DEPTH ELEVATION (Ft.)
O
o
FAT CLAY (CH), dark brown to light brown,
very stiff to hard
—
2.25 (HP)
30
3.0 678+/-
LEAN CLAY ICU, with calcareous nodules,
_
4.5+ (HP)
13
42-15-27
� o 677+/-
�tan, hard �
—
LEAN CLAY (CLI, shaley, with calcareous
5 —
4.0 (HP)
16
deposits, tan, very stiff
� o 675+/
_
LIMESTONE, with clay seams and layers, tan
100/2.25"
75/7.25"
�2
14.0
1�
667+/-
LIMESTONE, with shale seams, gray
_
100/1.75"
1
3
100/1.0"
20—
25.0
25—kL
Boring Terminated at 25 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-16-2020 Boring Completed: 09-16-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E20
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0
LOCATION See Exploration Plan
w
}
g v
Latitude: 32.6358' Longitude:-97.298'
LL > O
Q
Co cn
F
w a
a wu
a
oU)
-
0 W
Approximate Surface Elev.: 683 (Ft.) +/-
o Co
Q
W
UL
DEPTH ELEVATION (Ft.)
O
%/A
FAT CLAY (CH), brown, very stiff to hard
2
ll LEAN CLAY ICU, tan, very stiff to hard
LIMESTONE, with clay layers, tan
.0
LIMESTONE, with shale seams, gray
—
2.75 (HP)
—
4.5+ (HP)
679+/-
5 —
4.5+ (HP)
—
4.0 (HP)
675+/- _
100/4.25"
10-
100/6.0"
15—
666+/-
100/0.75"
20—
100/0.5"
25—
653+/- qf)
100/1.25"
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U z
o
w
� LUZw
W Y
z
¢
¢Lu
�
�= z
O w LL-PL-PI U
w
IL
z
OU
0�
LU 2N
O
�
w
W
21
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
13 51-17-34
12
17
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irermcon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E21
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w z
wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.635' Longitude:-97.298°
Q~
}
F
F
a o
w z
o
F
z
F
❑
¢
w F w
a
w w
W w% ¢
z
LL-PL-PI U
0
X
Approximate Surface Elev.: 681 (Ft.) +/-
❑ ¢ m
Q
LL
F
w IL W W
O
❑ W
w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), with calcareous nodules and
deposits, brown, hard
4.5+ (HP)
24
—
4.5+ (HP)
18
68-24-44
.0 677+/-
_
LEAN CLAY (Cl with limestone fragments,
j
tan and light brown, hard
5
4.5+ (HP)
13
7.0 674+/-
—
4.5+ (HP)
15
LIMESTONE, with clay seams and layers, tan
100/5.25"
100/1.5"
1
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
667.5+/- —
15— ,
20 ,
656+/- 25—,
100/1.75'
100/0.75'
100/0.75"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E22
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
X 0
Y
LOCATION See Exploration Plan
w
g v
Latitude: 32.6362' Longitude:-97.2984'
j0
Lu
_ ¢
}
w
Loum
a
0 X
Approximate Surface Elev.: 685.5 (Ft.) +/-
Q
DEPTH ELEVATION (Ft.)
FAT CLAY (CH), with calcareous nodules, dark
W J
r�
C,
J
W Lu
0�
W
brown to light brown, very stiff to hard — 2.25 (HP)
2.0 683.5+/- _
LEAN CLAY (Cl with calcareous deposits,
tan. hard — 4 5+ (HP)
LEAN CLAY Il shaley, with limestone
seams, tan and light gray, hard
5 — 4.25 (HP)
679.5+/-
4.5+ (HP)
4 5+ (HP)
676.5+/- _
LIMESTONE, with clay seams and layers, tan
100/7.5"
10-
100/1.75'
15-
669.5+/- _
LIMESTONE, with shale seams, gray
100/2.0"
20—
100/1.01,
25—
655.5+/- in
100/0.5"
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
W
o
F U z
a
>
o
W
LL
� wZw
X Y
z
¢
¢F
�= z
-f w LL-PL-PI U
W ,.,
z
OU
LU 2 N
L)
�
w
d
24
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
12 45-17-28
13
17
20
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E23
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W
0
LOCATION See Exploration Plan
w
Y
g
v
Latitude: 32.6362' Longitude:-97.2993'
_
>O
Lu
¢
}
w
a
0
W
Approximate Surface Elev.: 687 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), dark gray, very stiff
2.0 685+/-
_
FAT CLAY (CH), with calcareous nodules,
brown, very stiff
—
4.0 683+/-
_
LEAN CLAY ICU, with calcareous deposits,
hard
5—
jtan,
.0 679+/-
2
LIMESTONE, with clay seams and layers, tan
.0
LIMESTONE, with shale seams, gray
Page 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
U
a
Z
w�
W
>_
�Lu F
z
72
LL
C,
Y
�(~7 .-.
~w
z
-f 2
z
LL-PL-PI
W_ w
W w
¢
U
W�
OU
0�
FIL
2Nv
O
N
w
d
2.75 (HP)
21
64-22-42
4.0 (HP) 19
4.5+ (HP) 14 30-16-14
4.5+ (HP) 15
100/6.5"
100/2.0"
25— , 100/0.75"
657+/-
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
100/0.5"
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Boring Started: 09-17-2020 Boring Completed: 09-17-2020
Irermcon Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E24
Pape 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6362° Longitude:-97.3002°
}}
� Q F
F
F
a � F o
W Z
o Z
� F F
❑ ¢ EL
w F W a
w w
F W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 687 (Ft.) +/-
❑ ¢ m Q
LL
w
~ N N
O
❑ W
DEPTH ELEVATION (Ft.)
O
o
FAT CLAY (CH) , with calcareous nodules, dark
brown, very sti1)
—
2.25 (HP)
19
2.0 685+/-
_
LEAN CLAY (CLI, with calcareous nodules and
0 deposits, brown, stiff 684+/-
—
1.5 (HP)
17
48-17-31
LEAN CLAY (CLI, with calcareous deposits,
_
tan and gray, hard
5 —
4.25 (HP)
20
0 681+/-
_
LEAN CLAY ICU, with calcareous deposits,
orange, tan, and light gray, hard
—
4.5+ (HP)
13
.0 679+/-
_
LIMESTONE, with clay layers, tan and gray,
100/10.75"
hard
—
10__
2
-
_
4.0 673+/-
LIMESTONE, with shale seams, gray
_
,
100/3.0"
15—
3
,
100/2.5"
20
5.0
Boring Terminated at 25 Feet
25—,
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E25
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0
LOCATION See Exploration Plan
w
Y
g v
Latitude: 32.6362' Longitude:-97.3011'
_
j0
Lu
¢
}
w
a
0 W
Approximate Surface Elev.: 686.5 (Ft.) +/-
Loum
Q
DEPTH ELEVATION (Ft.)
0
%/A
FAT CLAY (CH), dark gray, stiff
W J
C,
o�
J
W Lu
0�
W
1.25 (HP)
1.5 (HP)
682.5+/-
_
LEAN CLAY ICU, light brown and tan, very
stiff
5 —
2.5 (HP)
680.5+/-
_
LEAN CLAY ICU, light brown, tan, and gray,
hard
—
4.5+ (HP)
677.5+/-
4.5+ (HP)
LIMESTONE, with clay layers, tan
100/4.0"
10—
673.5+/-
_
LIMESTONE, with shale seams, gray
100/1.75"
15—
100/0.75"
20—
25—L
Boring Terminated at 25 Feet
Page 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
W
o
F U z
°
>
o
w
LL
� wZw
W Y
z
¢
¢Lu
�
�= z
O w LL-PL-PI U
W v
z
F 2 N
N
O
W
d
31
31
16 39-15-24
17
19
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E26
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
X
0
LOCATION See Exploration Plan
w
Y
g
v
Latitude: 32.6362' Longitude:-97.3019'
_
>O
Lu
¢
}
w
a
0
X
Approximate Surface Elev.: 687 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), with calcareous deposits,
dark brown, stiff to hard
16.0
4.0 683+/-
_
FAT CLAY (CHI, with calcareous deposits,
brown and tan, stiff
5—
LEAN CLAY (Cl with calcareous deposits,
tan, orange, and light gray, very stiff
—
LIMESTONE, with clay seams and layers, tan
2
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
10-
15— ,
669+/-
20 ,
25— ,
657+/- in ,
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
U Z
a
w�
W
>_
�Lu F
z LL
72
C,
Y
�(~7 .-.
~w
z
z
-f 2 LL-PL-PI
W_ w
X w
¢
U
W�
OU
0�
FIL
2Nv
O
N
w
d
1.5 (HP)
4.25 (HP)
1.75 (HP)
2.75 (HP)
100/4.5"
100/0.75"
100/1.25"
100/0.5"
100/0.75"
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See for explanation of
symbols and abbreviations.
20
23 69-24-45
17
15
Boring Started: 09-17-2020 Boring Completed: 09-17-2020
Irerracon Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E27
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6362° Longitude:-97.3027°
}}
� Q F
F
F �
a � F o
w z
o z
� F F
w 0_
❑ ¢
F> J
w F w a
❑ V1
w w
F w (7 .-, Z
F X w% ¢
¢ W
z
}= Z
LL-PL-PI W
Approximate Surface Elev.: 689 (Ft.) +/-
❑ ¢ m Q
LL
w
O
❑
w
DEPTH ELEVATION (Ft.)
~ O N N
o
LEAN CLAY (Cl dark gray, very stiff
FEN/,
3.25 (HP)
18
44-17-27
/
—
—
2.75 (HP)
23
N
.0 685+/-
—
N
LEAN CLAY (Cl brown, stiff
5 —
1.5 (HP)
25
o
.0 683+/-
_
W
LEAN CLAY (Cl with calcareous deposits,
Q
J
tan, light brown, and gray, very stiff
—
2.5 (HP)
19
49-18-31
.0 681+/-
_
F
LEAN CLAY (Clwith sandstone fragments,
Q
tan and gray, very stiff
—
3.25 (HP)
17
❑
Z'
10—
0
U
¢
/i12.0
_
w
677+/-
F
LIMESTONE, with clay seams and layers, tan
_
a-
0
w 1 , 100/5.75"
¢
o'
W
2
U
co —
100/3.5"
J 2�
J
W
❑ z 22.0 667+/-
°o LIMESTONE, with shale seams, gray
J _
F
0 100/0.75"
W 25-
3
—
0
a-
w
—
J
Z_
U
of
0
100/1.0"
5 —
0.0
659+/- 3�_,
Boring Terminated at 30 Feet
w
i Stratification lines are approximate. In -situ, the transition
may be gradual.
Hammer Type: Automatic
¢
a
w
Advancement Method:
See Exploration and Testing Procedures for a
Notes:
Dry Auger
description of field and laboratory procedures
used and additional data (If any).
F
See for explanation of
o Abandonment Method:
symbols and abbreviations.
z Backfilled with auger cuttings
0
c� WATER LEVEL OBSERVATIONS
Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling
Irerracon
m Dry upon completion of drilling
Drill Rig: CME 45 Driller: StrataBore
U)
2501 E Loop 820 N
Fort Worth, TX
Project No.: 95205118
BORING LOG NO. E28
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE: Oak Grove Road
Fort Worth, Texas
X 0 LOCATION See Exploration Plan
J w
Y
g v Latitude: 32.6354' Longitude:-97.3027'
_
>O }
Lu
¢
w
a
0 X Approximate Surface Elev.: 689.5 (Ft.) +/-
Loum
Q
DEPTH ELEVATION (Ft.)
O
��
//� FAT CLAY (CH), with calcareous nodules, dark
brown to brown, hard
N
W
O
68
0 LEAN CLAY Il with calcareous nodules and
a / deposits, tan and orange, hard
0 0 68
F LEAN CLAY (Cl with limestone fragments,
Qtan, brown, and orange, hard
o
U
'/// / l 3.0 67
LIMESTONE, with clay seams, tan
w
IL
W
U a 2
0
N
J
J
W
z12.0
66
°o LIMESTONE, with shale seams, gray
J
F
Q
U)
0
0
3
0
W
LU
J
Q
Z
U
EK
0 in n 65
0 Boring Terminated at 30 Feet
FF
w
i Stratification lines are approximate. In -situ, the transition may be gradual.
Q
a
w
5-
3.5+/-
—
10-
6.5+/-
—
15—
,
20—
,
7.5+/-
25—
,
9.5+/-
30
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
U0.
Zw�
W
>_
Lu
LL
Y
�~
(7
w7z
z
2
zC,
-fLL-PL-PI
Ww
w.-.
X
¢
U
_
w�
IL
OU
0�
F
2Nv
O
N
w
d
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
100/1.01,
100/2.0"
100/0.75"
100/1.01,
Hammer Type: Automatic
u) Advancement Method. See Exploration and Testing Procedures for a
Dry Auger description of field and laboratory procedures
used and additional data (If any).
a
FSee Supporting Information for explanation of
o Abandonment Method: symbols and abbreviations.
z Backfilled with auger cuttings
Notes:
23 62-23-39
17
19 65-23-42
15
16 44-17-27
0
WATER LEVEL OBSERVATIONS
c� Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irerracon
m Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
U) 2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E29
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
0
LOCATION See Exploration Plan
w
Y
g
v
Latitude: 32.6353' Longitude:-97.3018'
_
>O
Lu
¢
}
w
a
0
Approximate Surface Elev.: 686 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), with calcareous nodules, dark
brown to brown, very stiff to hard
16.0
5—
680+/-
_
FAT CLAY (CH), with calcareous deposits,
brown, orange, and tan, hard
—
8.0 678+/-
_
LEAN CLAY (Cl tan, orange, and light gray,
hard
it 1.0
LIMESTONE, with clay seams, tan
z
11.0
k�_, LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
675+/-
15— ,
665+/-
25— ,
656+/- 30
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
U Z
a
w�
W
>_
�Lu F
z LL
72
C,
Y
�(~7 .-.
~w
z
z
-f 2 LL-PL-PI
W_ w
X w
¢
U
WO
OU
��
F2Nv
O
N
w
d
4.5+ (HP)
4.5+ (HP)
3.75 (HP)
4.5+ (HP)
4.5+ (HP)
100/1.5"
100/1.5"
22
17 59-21-38
20
22
17
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E30
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
0
LOCATION See Exploration Plan
w
Y
g
v
Latitude: 32.6353' Longitude:-97.301 °
_
>O
Lu
¢
}
w
Loum
a
0
X
Approximate Surface Elev.: 685.5 (Ft.) +/-
Q
DEPTH ELEVATION (Ft.)
O
CLAY (CH), with calcareous nodules, dark
brown, hard
.0 681.5+/-
_
1FAT
FAT CLAY (CH), with calcareous nodules and
deposits, light brown, tan, and orange, hard
5-
0 677.5+/-
_
LEAN CLAY (CLI, shaley, with calcareous
deposits, tan an orange, hard
-
i
10.0 675.5+/-
1
LIMESTONE, with clay seams and layers, tan
z
15—
8.5 667+/-
—
kL-r-
LIMESTONE, with shale seams, gray
_
20— L
25—
655.5+/- 30
Boring Terminated at 30 Feet
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
U Z
w�
W
CL
>_
z LL
C,
�~
()
LU
w7
z
W w
W.
X
vN
¢
�z
— U
�
W
IL
O
F
2
ON
w
0-
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
100/4.25"
100/1.25"
100/1.25"
100/1.25"
100/1.01,
22 62-24-38
16
17 54-20-34
17
15
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E31
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
00
LOCATION See Exploration Plan
w'o wa
STRENGTH TEST
D
ATL LIMITS w
g
v
Latitude: 32.6353' Longitude:-97.3001°
}
Q~
F
F
a o
w z
o z
F F
❑
¢
w F w a
w w
F W w% ¢
z
LL-PL-PI U
0
X
Approximate Surface Elev.: 686 (Ft.) +/-
❑ ¢ m Q
m
LL
w IL W W
O N N
0
❑ W w
DEPTH ELEVATION (Ft.)
0
o
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown to brown, very stiff to hard — 4.0 (HP)
4.5+ (HP)
5 — 4.0 (HP)
6.0 680+/-
FAT CLAY (CH), with calcareous deposits, tan
and orange, hard — 4.5+ (HP)
8.0 678+/- _
LEAN CLAY (Cl with limestone fragments,
tan. hard - 1 4 5+ (HP)
/I 1.0
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
10__
675+/-
100/0.5"
15—
669+/-
100/0.5"
20—
,
100/1.01,
25—
656+/- qn ,
100/1.25"
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See for explanation of
symbols and abbreviations.
23
18 65-24-41
22
16
13
Boring Started: 09-18-2020 Boring Completed: 09-18-2020
Irerracon Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E32
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6354° Longitude:-97.2993°
}}
� Q
F
F �
a�F
w z
o z
� F
❑
¢ EL
w F w a
w w
F W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 685 (Ft.) +/-
❑ ¢ m Q
m
LL
w
~ ON N
O
❑ w
DEPTH ELEVATION (Ft.)
v
o
FAT CLAY (CH), with calcareous nodules, dark
brown, hard
4.25 (HP)
21
—
4.5+ (HP)
17
.0 681+/-
_
LEAN CLAY (Cl tan, hard
1
5 —
4.5+ (HP)
18
41-18-23
—_
4.5+ (HP)
12
.0 677+/-
LEAN CLAY (Cl shaley, tan, light brown, and
light gray, hard
—
4.5+ (HP)
17
i
i10.0
675+/-
1
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
15— ,
668.5+/-
20 ,
25— ,
655+/- 3n-,
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
100/2.0"
100/0.75"
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Boring Started: 09-18-2020 Boring Completed: 09-18-2020
Irerracon Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E33
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w Z
wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6354° Longitude:-97.2984°
Q
}}
F
F
F �
a � F o
w Z
o z
' F F
❑
¢ EL
w F w
a
w w
W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 684 (Ft.) +/-
❑ ¢ m
Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown to brown, hard
—
4.5+ (HP)
27
—
4.5+ (HP)
14
60-20-40
4.0 680+/-
—
FAT CLAY (CH), with calcareous deposits, tan,
hard
5 —
4.5+ (HP)
12
6.0 678+/-
_
LEAN CLAY (Cl shaley, tan, orange, and
12-15-19
light gray, hard
—
N=34
14
1
—
1�
4.5+ (HP)
16
673.5+/-
LIMESTONE, with clay seams and layers, tan —
670+/- _
LIMESTONE, with shale seams, gray 15— 100/0.5"
20 100/1.01,
Boring Terminated at 25 Feet 25—kL
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E34
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6358' Longitude:-97.297°
}
Q~
F
F
a o
w z
o
F
z
F
❑ ¢
w
F w a
w w
W w% ¢
z
LL-PL-PI U
0 X
Approximate Surface Elev.: 676 (Ft.) +/-
❑
¢ m Q
LL
F
w IL W W
O
❑ W
w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), with calcareous nodules and
deposits, brown, hard
4.5+ (HP)
22
—
4.5+ (HP)
13
52-17-35
.0 672+/-
_
LEAN CLAY (Cl with limestone fragments,
j
tan, hard
5
—
4.5+ (HP)
15
.0 670+/-
_
LEAN CLAY (Cl with calcareous deposits,
tan and orange, hard
—
4.5+ (HP)
12
17-13-15
15
-
l
LIMESTONE, with clay seams and layers, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
1 1=
665+/-
662.5+/- —
15— ,
20 ,
651+/- 25—,
100/1.25"
100/1.01,
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E35
Page 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0O
LOCATION See Exploration Plan
w'o
wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6349' Longitude:-97.297°
Q~
}
F
F
a o
W z
o z
F F
❑ ¢
w F W
a
w w
F W w% ¢
z
LL-PL-PI U
0 W
Approximate Surface Elev.: 676 (Ft.) +/-
❑ ¢ m
Q
LL
w IL W W
O
❑ W W
DEPTH ELEVATION (Ft.)
~ O N N
o
//�
FAT CLAY (CH), with calcareous nodules and
��
deposits, dark brown to brown, very stiff to hard
2.5 (HP)
21
2
LEAN CLAY (CLI, shaley, with calcareous
deposits, tan and light gray, hard
LIMESTONE, with clay seams and layers, tan
.0
LIMESTONE, with shale seams, gray
—
4.5+ (HP)
672+/-
5 —
4.5+ (HP)
—
4.5+ (HP)
668+/- _
100/4.25"
10-
100/0.75"
15—
659+/-
100/0.5"
20—
,
100/1.25"
25—
646+/- ,f)
100/0.75"
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
13 51-18-33
13
14
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-18-2020 Boring Completed: 09-18-2020
No water encountered during drilling Irermcon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E36
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 00
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g
Latitude: 32.6366° Longitude: -97.297°
}
Q~
F
F �
a�F
wv z
o z
Z F
❑ ¢
w F w a
w w
W w% ¢
z
LL-PL-PI U
0 X
Approximate Surface Elev.: 676 (Ft.) +/-
❑ ¢ m Q
LL
F
w IL W W
0
❑ W w
DEPTH ELEVATION (Ft.)
0
O N N
o
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown to light brown, hard — 4.5+ (HP)
LEAN CLAY (Cl tan, light brown, and light
gray, hard
LIMESTONE, with clay layers, tan, hard
LIMESTONE, with shale seams and layers,
gray
Boring Terminated at 25 Feet
4.5+ (HP)
672+/-
23 64-23-41
14
5 — 4.5+ (HP) LIC 5.40 15 14 126
4.5+ (HP)
668+/-
— 14-34-30
10— N=64
663+/-
X 30-50/1"
15—
20—
100/0.75"
651+/- 25-6 100/0.75"
14
15
10
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E37
Paqe 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
(D
LOCATION See
z
w
STRENGTH TEST
ATTERBERG
— LIMITS w
w
0
Latitude: 32.6366° Longitude:-97.2961 °
w
>
a
}
W
F
o
F-
o
o z
LL
❑
a
¢
r
w
W w
a
w
F w Z
W w Y ¢
¢ w
z
r= z
LL-PL-PI U
0
W
Approximate Surface Elev.: 669 (Ft.) +/-
❑
¢ m
Q
uui
LL
w IL W W
0
❑ W w
DEPTH ELEVATION (Ft.)
0
O N N
o
FAT CLAY (CHI, with calcareous nodules, dark
brown, very stiff to hard
—
4.0 (HP)
27
—
4.5+ (HP)
22
71-24-47
5.0
5
—
4.5+ (HP)
20
FAT CLAY (CH), with calcareous deposits,
pXlight brown and tan, hard 663+/-
_
LEAN CLAY (CL), with limestone seams, tan,
_
4.5+ (HP)
13
hard
46.5 660.5+/-
LIMESTONE, with clay layers, tan
-
X
37-50/6"
10
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
I IVE
655+/-
15—
20
644+/- 25-L
100/2.5"
100/1.25"
100/2.25"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E38
Page 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 00
LOCATION See Exploration Plan
w Z wa
STRENGTH
TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6358' Longitude:-97.2961°
}
Q~
F
F a
o
W Z
o
F
Z
F
❑ ¢
w W W a
w
W w Y ¢
z
LL-PL-PI U
0 W
Approximate Surface Elev.: 670 (Ft.) +/-
❑ ¢ m Q
uui
LL w
IL W W
0
❑ W
W
DEPTH ELEVATION (Ft.)
0
O N N
o
pOF
FAT CLAY (CH), dark gray, hard
or
4.5+ (HP)
25
70-25-45
2.0 668+/-
_
FAT CLAY (CHI, with calcareous nodules,
'0004
brown to light brown, very stiff
—
2.25 (HP) LIC
2.19 3.4
23
101
LEAN CLAY ICU, with calcareous deposits,
tan, orange, and light brown, hard
LEAN CLAY (CLI, with limestone seams, tan,
hard
LIMESTONE, with shale seams and layers,
gray
Boring Terminated at 25 Feet
5 — 2.75 (HP) 19
664+/-
4.5+ (HP) 17 36-17-19
662+/-
— 4.5+ (HP) 15
10—
656+/-
15— _
100/3.5"
20— 6, 100/1.5"
645+/- 100/4.0"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling IreffBCOn
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E39
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
(D
LOCATION See E,,_
w
z a
STRENGTH TEST
ATTERBERG
— LIMITS w
w
O
Latitude: 32.6349° Longitude:-97.2961 °
w
}
> W
F
o
F-
o
o z
LL
❑
a
¢
r
w W w a
w w
F w Z
W w Y ¢
¢ w
z
r= z
LL-PL-PI U
Approximate Surface Elev.: 670.5 (Ft.) +/-
❑ ¢ m Q
LL
w IL 7
~ N N
O
❑ w
DEPTH ELEVATION (Ft.)
O
o
FAT CLAY (CH), dark brown, very stiff to hard
3.5 (HP)
4.5+ (HP)
5 — 3.25 (HP)
6.0 664.5+/- —
FAT CLAY (CH), with calcareous nodules,
brown, tan, and orange, very stiff — 4.0 (HP)
8.0 662.5+/- _
LEAN CLAY (CL), with calcareous deposits,
tan, orange, and brown, hard — 4.5+ (HP)
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
660+/- 1
657.5+/-
15— 100/1.01,
20— 100/0.75"
645.5+/- 25—L 100/0.75"
27
31 67-25-42
29
21
19
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E40
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6349° Longitude:-97.2952°
}}
Q F
F
F �
a � F o
w Z
o z
' F F
❑ ¢ EL
w F w a
w w
W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 669 (Ft.) +/-
❑ ¢ m Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
m
~ Ov N N
o
FAT CLAY (CH), with calcareous nodules, dark
brown to brown, stiff to hard — 3.0 (HP)
4.25 (HP)
FAT CLAY (Cl with calcareous deposits,
light gray and orange, very stiff
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams and layers,
gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
5 —
1.75 (HP)
—
1.5 (HP)
661+/-
—
2.5 (HP)
10-
658+/-
100/3.75"
15—
652+/-
100/0.75"
20—
LL
100/8.0"
25—
639+/- 30
100/0.75"
27
26 73-25-48
29
LIC 2.05 10.4 22 106
21
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See for explanation of
symbols and abbreviations.
Boring Started: 09-21-2020 Boring Completed: 09-21-2020
Irerracon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E41
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 00
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6358° Longitude:-97.2953°
}}
� Q F
F
F �
a � F o
w Z
o z
� F F
❑ ¢ EL
w F w a
w w
W w% ¢
z
LL-PL-PI U
0 X
Approximate Surface Elev.: 667.5 (Ft.) +/-
❑ ¢ m Q
LL
F
w �
0
❑ W w
DEPTH ELEVATION (Ft.)
0 m
O N N
o
FAT CLAY (CH), with calcareous nodules and
deposits, brown, hard — 4.5+ (HP)
4.5+ (HP)
663.5+/- _
FAT CLAY (CH), with calcareous nodules and
deposits, light gray and brown, very stiff 5 — 3.0 (HP)
LEAN CLAY ICU, with calcareous deposits,
orange, tan, and light gray, hard
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
aonng I ernnnacea at sv reec
Stratification lines are approximate. In -situ, the transition may be gradual.
—
4.0 (HP)
659.5+/-
—
4.5+ (HP)
10__
654+/-
_
50/5"
15—
650.5+/-
,
100/1.5"
20
,
100/1.25"
25—
637.5+/- �� ,
100/0.75"
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
15
18 55-21-34
19
20
17
10
Boring Started: 09-21-2020 Boring Completed: 09-21-2020
Irerracon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E42
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6366° Longitude:-97.2952°
}}
� Q
F
F �
a�F
w z
o z
� F
❑ ¢ EL
w F w a
w w
F W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 667 (Ft.) +/-
❑ ¢ m Q
m
LL
w
~ N N
O
❑ w
DEPTH ELEVATION (Ft.)
L)
o
FAT CLAY (CH), with calcareous nodules, dark
brown to light brown, hard — 4.5+ (HP)
FAT CLAY (CH), with limestone fragments,
tan, orange, and light brown, very stiff
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams and layers,
gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
4.5+ (HP)
24
18 62-21-41
5 — 4.5+ (HP) LIC 2.83 6.1 19 108
661+/-
2.75 (HP) LIC 1.84 5 24 102
2.5 (HP)
10__
654+/-
100/1.5"
15—
649+/-
100/2.0"
20—
,
100/3.25"
25—
637+/_ 30
100/1.75"
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See for explanation of
symbols and abbreviations.
25
Boring Started: 09-21-2020 Boring Completed: 09-21-2020
Irerracon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E43
Page 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6366° Longitude:-97.2943°
}}
Q F
F
F
a � F o
w Z
o
' F
z
F
❑ ¢ EL
w F w a
w w
F W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 665 (Ft.) +/-
❑ ¢ m Q
LL
w
~ N N
O
❑
w
DEPTH ELEVATION (Ft.)
O
o
//�
��
FAT CLAY (CH), with calcareous nodules,
gray, very stiff to hard
4.5+ (HP)
22
65-24-41
1
.0
FAT CLAY (CH), with calcareous nodules and
deposits, light gray and tan, very stiff
.0
LEAN CLAY JCLI, with limestone seams, tan
and orange, hard
IME=
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams and layers,
gray
—
2.0 (HP)
661+/-
5 —
2.5 (HP)
—
2.5 (HP)
657+/-
—
4.5+ (HP)
10-
652+/-
100/0.75"
15—
649+/-
100/6.5"
20—
,
100/0.5"
25—
635+/-
in
100/1.01,
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
23
21
17
14
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irermcon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E44
Pape 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6358° Longitude:-97.2943°
}}
� Q F
F
F
a � F o
W Z
o Z
� F F
❑ ¢ EL
w F W a
w w
F W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 666 (Ft.) +/-
❑ ¢ m Q
LL
w
~ N N
O
❑ W
DEPTH ELEVATION (Ft.)
O
o
FAT CLAY (CH), with calcareous nodules, dark
brown to brown, hard — 4.5+ (HP)
4.5+ (HP)
OZF,AO 6.0
FAT CLAY (CH), with calcareous deposits,
1 light gray, orange, and tan, hard
8.0
LEAN CLAYtl with limestone seams, tan
and orange, hard
ON
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
5 —
4.5+ (HP)
660+/-
—
4.5+ (HP)
658+/-
—
X
25-16-23
N=39
1
652+/-
_
100/2.0"
15—
100/1.25"
20—
641+/- 25-6
100/0.75"
21
20 70-23-47
13
13
14
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E45
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
0
LOCATION See Exploration Plan
w
}
g v
Latitude: 32.6349' Longitude:-97.2943'
LL > O
Q
ai cn
F �
w a
a wu
a
oU)
0
Approximate Surface Elev.: 669.5 (Ft.) +/-
o m
Q
LL
DEPTH ELEVATION (Ft.)
O
%/A
FAT CLAY (CH), dark brown to brown, hard
1
665.5+/- _
LEAN CLAY (Cl with limestone seams, tan,
light brown, and orange, hard
5 —
4.5+ (HP)
663.5+/- _
LEAN CLAY (Cl with calcareous deposits,
orange and tan, hard
—
4.5+ (HP)
661.5+/- _
LEAN CLAY (Cl shaley, with limestone
fragments, tan, hard
—
4.5+ (HP)
10-
655.5+/-
LIMESTONE, with shale seams, gray
_
,
100/1.5"
15—
hill
100/1.75"
20—
25—,
Boring Terminated at 25 Feet
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U
O.
z
>
.-.
o
a.
w
LL
� wZw
X Y
z
¢
¢F
�=
w
z
LL-PL-PI U
w
z
O
d
19
67-23-44
16
12
18 42-18-24
15
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E46
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6363° Longitude:-97.2948°
}}
Q F
F
F
a � F o
w Z
o z
' F F
❑ ¢ EL
w F w a
w w
W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 666 (Ft.) +/-
❑ ¢ m Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
m
~ L) N N
o
FAT CLAY (CH), dark brown to light brown,
1
stiff to very stiff — 1.75 (HP)
4.0 (HP)
LEAN CLAY (CL), with limestone fragments,
tan and orange, very stiff
LIMESTONE, with clay layers, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
5 —
1.5 (HP)
—
2.0 (HP)
658+/-
_
2.0 (HP)
—
52/12"
10-
653+/-
100/10.01,
15—
649+/-
100/0.75"
20—
100/0.5"
25—
636+/- of
100/1.25"
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
28
26 80-28-52
30
19
13
Boring Started: 09-21-2020 Boring Completed: 09-21-2020
Irermcon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E47
Paqe 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w z wa
STRENGTH
TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6362° Longitude:-97.2956°
}}
� Q
F
�
F a�F
w z
o
�
z
F
❑
¢ EL
w F w a
w w
W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 668 (Ft.) +/-
❑ ¢ m Q
F
LL w
O
❑
w
DEPTH ELEVATION (Ft.)
~
O N N
o
FAT CLAY (CH), with calcareous nodules, dark
brown to brown, very stiff to hard
2.0 (HP)
23
—
4.5+ (HP)
21
71-25-46
1
18.0
5 —
2.75 (HP) LIC
2.34 11.8
22
105
6.0 662+/-
_
FAT CLAY (CH), with calcareous deposits,
light brown, orange, and tan, hard
—
4.25 (HP)
26
LEAN CLAY (Cl with calcareous deposits,
4.5+ (HP)
16
-9 0 659+/
,tan and light gray, hard
—
LIMESTONE, with clay layers, tan
1�
100/4.5"
LIMESTONE, with shale seams, gray
Boring Terminated at 25 Feet
654+/-
15—
20
643+/- 25-L
100/1.75"
100/0.75"
100/1.25"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E48
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6362° Longitude:-97.2965°
}}
Q F
F
F
a � F o
w Z
o z
' F F
❑ ¢ EL
w F w a
w w
F W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 672 (Ft.) +/-
❑ ¢ m Q
LL
w 7
O
❑ w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CHI, with calcareous nodules,
brown, very stiff to hard
—
2.25 (HP)
28
q
LEAN CLAY fCL), with limestone fragments,
tan, very stiff to hard
2
LIMESTONE, with clay seams, tan
.0
LIMESTONE, with shale seams, gray
—
4.5+ (HP)
668+/-
5 —
2.0 (HP)
—
4.5+ (HP)
664+/- _
100/3.75"
10-
100/0.5"
15—
655+/-
100/0.75'
20—
IIL
100/1.01,
25—
642+/-
100/0.75"
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
20 61-22-39
15
16
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irermcon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E49
Paqe 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w z wa
STRENGTH
TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6362° Longitude:-97.2974°
}}
Q F
F
F � a
� F o
w Z
o z
' F F
❑
¢ EL
w F w a
w w F
W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 679 (Ft.) +/-
❑ ¢ m Q
m
LL w
~
Ov N N
O
❑ w
DEPTH ELEVATION (Ft.)
o
FAT CLAY (CH), with calcareous nodules, dark
brown to brown, very stiff to hard
2.5 (HP)
24
62-22-40
—
4.5+ (HP)
14
FAT CLAY (CH), with limestone fragments,
1
tan, hard
5 —
4.25 (HP) LIC
14
—
4.0 (HP)
17
.0 671+/-
_
LEAN CLAY (Cl with calcareous deposits,
tan and orange, very stiff
—
3.5 (HP)
15
10.0 669+/
10—
LIMESTONE, with clay seams, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
LL 100/3.25"
15—
662+/-
20—IIL 100/0.75"
100/1.25"
25-
649+/- in ,
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
100/2.0"
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See for explanation of
symbols and abbreviations.
Boring Started: 09-17-2020 Boring Completed: 09-17-2020
Irerracon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E50
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6354° Longitude:-97.2974°
}}
Q F
F
F �
a � F o
w Z
o z
' F F
❑ ¢ EL
w F w a
w w
F W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 679 (Ft.) +/-
❑ ¢ m Q
m
LL
w
~ Ov N N
O
❑ w
DEPTH ELEVATION (Ft.)
o
FAT CLAY (CH), with calcareous nodules and
.
deposits, dark brown to brown, very stiff to hard — 2.25 (HP)
FAT CLAY (CH), shaley, tan and light brown,
hard
LIMESTONE, with clay seams and layers, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
5 —
3.5 (HP)
673+/-
—
4.5+ (HP)
671+/-
100/4.0"
10—
100/1.5"
15—
661+/-
100/1.5"
20—
100/1.01,
25—
649+/- in
100/0.75"
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See for explanation of
symbols and abbreviations.
22
15 56-19-37
16
18
12
Boring Started: 09-21-2020 Boring Completed: 09-21-2020
Irerracon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. E51
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
(D
Y
LOCATION See
w
g v
Latitude: 32.6354' Longitude:-97.2965'
_
j0
Lu
¢
}
w
a
0 W
Approximate Surface Elev.: 672 (Ft.) +/-
o
m
Q
DEPTH ELEVATION (Ft.)
FAT CLAY (CH, with calcareous nodules, dark
W
C,
W J
o�
J Lu
�
W
brown, very stiffto hard — 2.25 (HP)
FAT CLAY (CH), with calcareous nodules,
brown, stiff
FAT CLAY (CHI, with calcareous deposits,
light brown, an, and orange, very stiff
LIMESTONE, with clay seams and layers, tan
LIMESTONE, with shale seams and layers,
gray
Boring Terminated at 25 Feet
4.5+ (HP)
668+/-
5 — 1.75 (HP)
666+/-
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
W
o
F U z
a
>
o
W
LL
� wZw
W Y
z
¢
¢F
�= z
-f w LL-PL-PI U
W v
z
F 2 N
L)
N
O
3 W
d
23
21 65-24-41
24
2.0 (HP) LIC 2.68 2.7 22 106
664+/- _
88/9.5"
10__
658+/-
15— _
100/2.0"
20— 100/0.75"
647+/- 25-, 100/6.5"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E52
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w z
wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6354° Longitude:-97.2956°
� Q
}}
F
F �
a�F
w z
o z
� F
❑ ¢ EL
w F w
a
w w
W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 669 (Ft.) +/-
❑ ¢ m
Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
~ O N N
o
//�
FAT CLAY (CH), with calcareous nodules, dark
��
brown to brown, stiff to hard
.
1.25 (HP)
22
FAT CLAY (CH), tan, light brown, and light
gray, very stiff
LIMESTONE, with clay seams and layers, tan
LIMESTONE, with shale seams and layers
5 —
2.0 (HP)
—
2.25 (HP)
661+/-
—
2.75 (HP)
10-
657+/-
100/3.5"
15—
652+/-
100/0.75'
20—
LL
100/8.0"
25—
639+/-
,
100/1.01,
Boring Terminated at 30 Feet 15U
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
22
26 67-24-43
19
21
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-21-2020 Boring Completed: 09-21-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
E53
Page 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g v
Latitude: 32.6354° Longitude:-97.2947°
}}
Q F
F
F
a � F o
W Z
o z
' F F
❑ ¢ EL
w F W a
w w
F W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 668 (Ft.) +/-
❑ ¢ m Q
m
LL
w
~ N N
O
❑ W
DEPTH ELEVATION (Ft.)
L)
o
%/,A
FAT CLAY (CH), dark brown, very stiff to hard
FAT CLAY (CH), with calcareous nodules and
deposits, light brown, very stiff
LEAN CLAY (CLI, with calcareous deposits,
light gray, orange, and tan, hard
LIMESTONE, with clay layers, tan
LIMESTONE, with shale seams, gray
Boring Terminated at 30 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method:
Dry Auger
Abandonment Method:
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
No water encountered during drilling
Dry upon completion of drilling
3.25 (HP)
4.5+ (HP)
5 —
2.5 (HP)
662+/-
—
2.0 (HP)
660+/-
—
4.5+ (HP)
10-
655+/-
100/4.75"
15—
650+/-
100/0.75"
20—
100/1.75"
25—
638+/-
30
100/1.75"
27 74-26-48
22
27
LIC 2.43 5.4 18 117
17
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
symbols and abbreviations.
Boring Started: 09-24-2020 Boring Completed: 09-24-2020
Irermcon Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
P101
Pape 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g
v
Latitude: 32.6371 Longitude: -97.3024°
}}
� Q F
F
F
a � F o
w Z
o Z
� F F
❑
¢ EL
w
F w a
w w
F W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 689 (Ft.) +/-
❑
¢ m Q
LL
w
~ N N
O
❑ w
DEPTH ELEVATION (Ft.)
O
o
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown, hard
4.5+ (HP)
16
60-20-40
—
4.5+ (HP)
19
FAT CLAY (CH), with calcareous deposits, tan
and light brown, hard
5
—
4.5+ (HP)
12
6.0 683+/-
_
LEAN CLAY ICU, with calcareous deposits,
light brown and tan, hard
—
4.5+ (HP)
15
28.5
J.0 681+/-
LIMESTONE, with clay seams, tan 68�
_
50/6"
7
Boring Terminated at 8.5 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. P102
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
X 0
LOCATION See Exploration Plan
J w
Y
g U
Latitude: 32.6358' Longitude:-97.3035'
>O }
Lu
_ ¢ w
a
Loum
0 X
Approximate Surface Elev.: 692.5 (Ft.) +/-
Q
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown, hard
1
N 4.0 688.5+/- _
N 5 o FAT CLAY (CH), with calcareous deposits, tan, 687.5+/- 5 —
hard
o LIMESTONE, with clay seams and layers _
0
u;
a
a 2
w
0
10.0 682.5+/- 10
o Boring Terminated at 10 Feet
U
Q
K
W
H
d
U
F
U
Q
W
Y
K
Q
d
oc
W
F
K
Q
U
J
J
W
O
Z
O
J
F
Q
U)
VI
O
W
0
H
0
a-
d
W
K
J
Q
Z_
U
K
O
O
FF
0
w
i Stratification lines are approximate. In -situ, the transition may be gradual.
Q
a
w
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
U Z
a
w�
W
>_
�F
z LL
72
C,
Y
vUi CD .-.
~w
z
z
-f LL-PL-PI
W_ W
X w
¢
U
w�
OU
0�
FIL
2Nv
O
N
w
d
4.5+ (HP)
4.5+ (HP)
4.5+ (HP)
100/4.75"
isF IPA
u) Advancement Method. See Exploration and Testing Procedures for a
Dry Auger description of field and laboratory procedures
used and additional data (If any).
a
> See for explanation of
O Abandonment Method: symbols and abbreviations.
z Backfilled with auger cuttings
Hammer Type: Automatic
Notes:
19
15 63-22-41
12
0
WATER LEVEL OBSERVATIONS
c� Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
m Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
U) 2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
P103
Paqe 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w Z
wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6342° Longitude:-97.3033°
Q
}}
F
F
F �
a � F o
w Z
o z
' F F
❑
¢ EL
w
F w
a
w w
X w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 691 (Ft.) +/-
❑
¢ m
Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), with calcareous deposits,
dark brown, hard
4.5+ (HP)
16
—
4.5+ (HP)
16
60-21-39
4.0 687+/-
_
FAT CLAY (CH), with calcareous nodules,
brown, hard
5
—
4.5+ (HP)
16
6.0 685+/-
FAT CLAY (CH), with limestone fragments,
18.0
light brown and tan, hard
—
4.5+ (HP)
10
683+/-
LEAN CLAY (Cl with limestone fragments,
_
9-14-12
�95 tan, very stiff 681.5+/-
10
Boring Terminated at 9.5 Feet
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 55 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
P104
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 00
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6342° Longitude:-97.3007°
}}
� Q
F
F �
a�F
w 'z
o z
� F
❑ ¢ EL
w F w a
w w
X w% ¢
z
LL-PL-PI U
0 X
Approximate Surface Elev.: 682.5 (Ft.) +/-
❑ ¢ m Q
LL
F
w IL Of
0
❑ W w
DEPTH ELEVATION (Ft.)
0
O N N
o
//�
FAT CLAY (CHI, with calcareous nodules, dark
��
brown, very stiff
.
4.0 (HP)
22
678.5+/-
FAT CLAY (CH), with calcareous deposits,
brown and tan, very stiff
676.5+/-
FAT CLAY (CH), with calcareous nodules and
deposits, tan, light gray, and orange, very stiff
Boring Terminated at 10 Feet
3.5 (HP)
2.0 (HP)
3.0 (HP)
4.0 (HP)
22 67-23-44
23
17
16
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
P105
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w 0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
AT LIMITS BERG w
g v
Latitude: 32.6342° Longitude:-97.2984°
}}
Q F
F
F �
a � F o
w Z
o
' F
z
F
❑ ¢ EL
w F w a
w w
X w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 676 (Ft.) +/-
❑ ¢ m Q
LL
F
w
O
❑
w
DEPTH ELEVATION (Ft.)
~ O N N
o
//�
FAT CLAY (CH), with calcareous nodules, dark
��
brown, hard
.
4.5+ (HP)
16
53-19-34
.0 672+/-
FAT CLAY (CH), with limestone fragments, tan
and orange, very stiff
.0 670+/-
FAT CLAY (CH), shaley, tan and orange
.0 668+/-
FAT CLAY (CHI, shaley, with limestone
fragments, brown, tan, and orange, very stiff
0.0 sss+/- 1
Boring Terminated at 10 Feet
4.5+ (HP) 18
3.5 (HP) 16
3.5 (HP) 16
3.0 (HP) 27
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. P106 Paqe 1 of 1
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE: Oak Grove Road
Fort Worth, Texas
w 0O LOCATION See Exploration Plan w Z wa F STRENGTH TEST D AT LIMITS BERG w
}}
o z
g v Latitude: 32.6371 °Longitude: -97.2986° Q F F � a � F o w Z ' F F
❑ ¢ EL w F w a w w F X w% ¢ Z LL-PL-PI U
Approximate Surface Elev.: 681 (Ft.) +/- ❑ ¢ m Q LL w O ❑ w
DEPTH ELEVATION (Ft.) ~ O N N o
FAT CLAY (Cl dark brown, very stiff
3.0 (HP) 31 76-27-49
12.0 679+/- _
FAT CLAY (CHI, with calcareous nodules,
brown, hard — 4.5+ (HP) 14
4.0 677+/- _
FAT CLAY (CH), with calcareous deposits, tan
and orange, very stiff 5 — 3.0 (HP) 16
6.0 675+/-
FAT CLAY (CH), shaley, with calcareous
deposits, tan, orange, and light gray, hard — 4.5+ (HP) 16
8.0 673+/- _
LEAN CLAY (Cl with limestone seams, tan, 25-10-12
very stiff — N=22 18
5.5 671.5+/-
Boring Terminated at 9.5 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. P107 Paqe 1 of 1
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE: Oak Grove Road
Fort Worth, Texas
w 0O LOCATION See Exploration Plan w Z wa F STRENGTH TEST D AT LIMITS BERG w
}}
o z
g v Latitude: 32.6371 Longitude:-97.3007° � F� a�F w Q z � F
❑ ¢ EL w F w a U., w F X w% ¢ z LL-PL-PI U
Approximate Surface Elev.: 682 (Ft.) +/- ❑ ¢ m Q LL w O ❑ w
DEPTH ELEVATION (Ft.) ~ O N N o
FAT CLAY (Cl dark brown, very stiff
4.0 (HP) 25
2.0 680+/- _
/ LEAN CLAY (Cl with calcareous deposits, —
1 j light brown, tan, and orange, hard — 4.5+ (HP) 16 48-17-31
0 678+/-
LEAN CLAY (Clwith limestone fragments, 31/12"
tan and orange, hard 5 — .0 676+/-
LEAN CLAY (Cl tan, hard —
4.5+ (HP) 16
LIMESTONE, with clay seams, tan
2 —
0.0 672+/- 10 100/2.5"
Boring Terminated at 10 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. P108 Paqe 1 of 1
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE: Oak Grove Road
Fort Worth, Texas
(D LOCATION See w STRENGTH TEST ATTERBERG
w 0 w z a F o — LIMITS w
}
o z
w LL
a Latitude: 32.6371 °Longitude:-97.2961 ° r > W o F w F- Z ¢ w r= z
❑ ¢ w L w a uui w W w Y ¢ z LL-PL-PI U
0 X Approximate Surface Elev.: 669.5 (Ft.) +/- ❑ ¢ m Q LL w IL (r 0 ❑ W w
DEPTH ELEVATION (Ft.) 0 O N N o
FAT CLAY (CH), with calcareous nodules, dark
brown, hard 4.5+ (HP) 21 70-25-45
4.5+ (HP) 16
4.0 665.5+/- _
FAT CLAY (CH), with calcareous nodules and
1 deposits, light brown and tan, very stiff 5 — 4.5+ (HP) 24
6.0 663.5+/- _
j LEAN CLAY (CLI, with limestone seams, tan — 32-21-19 12
— N=40
9.9 659.5+/- / \ 16-21-50/5" 16
Boring Terminated at 9.9 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
i
Advancement Method:
See Exploration and Testing Procedures for a
Notes:
Dry Auger
description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method:
symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS
�
Boring Started: 09-17-2020 Boring Completed: 09-17-2020
= No water encountered during drilling
Irerracon
Dry upon completion of drilling
Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX
Project No.: 95205118
BORING LOG NO.
P109
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O LOCATION See Exploration Plan
w z wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v Latitude:
32.637' Longitude:-97.2937°
}
Q~
F
F
a o
w z
o z
F F
❑
¢
w
F w a
w w
W w% ¢
z
LL-PL-PI U
0
X
Approximate Surface Elev.: 663 (Ft.) +/-
❑
¢ m Q
LL
F
w IL W W
O
❑ W w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), with calcareous nodules, dark
brown, hard
4.5+ (HP)
19
69-25-44
—
4.5+ (HP)
17
4.0
659+/-
_
FAT CLAY (CH), with calcareous nodules and
gravel, brown, hard
5
—
4.5+ (HP)
14
6.0
657+/-
_
LEAN CLAYfCLI, with calcareous deposits,
13-14-15
tan, very stiff
10
j�.5
654.5+/-
�9.0
LEAN CLAY (CLI. with limestone layers, tan 654+/-
50/6"
11
Boring Terminated at 8.99 Feet
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. P110
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE: Oak Grove Road
Fort Worth, Texas
X 0 LOCATION See Exploration Plan
w
}
g v Latitude: 32.6358' Longitude:-97.2938'
LL
> O
Q
ai cn
F �
w a
a
wu
a
oU)
Lu
0 X Approximate Surface Elev.: 667 (Ft.) +/-
o
m
Q
- 0�
UL
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown to brown, hard
4.5+ (HP)
—
4.5+ (HP)
LEAN CLAY (Clwith calcareous deposits,
tan and light brown, hard
j
5
4.5+ (HP)
0 661+/-
—
LEAN CLAY (Cl tan, hard
r6.0 659+/-
—
_
4.5+ (HP)
LZ-NLIMESTONE. with clay seams, tan /
50/2"
Boring Terminated at 8.2 Feet
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U
O.
z
>
.-.
o
a.
w
LL
�
wZw
X Y
z
¢
¢F
�=
-f w
z
LL-PL-PI U
w
z
Ir
O
d
18
68-24-44
17
15
16
8
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. P111
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE: Oak Grove Road
Fort Worth, Texas
0 LOCATION See Exploration Plan
w
}
g
v Latitude: 32.6344' Longitude:-97.2935'
LL
> O
Q
ai cn
F �
w
a
a
wu
a
oU)
Lu
0
Approximate Surface Elev.: 675 (Ft.) +/-
o
m
Q
- W
UL
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), light brown, hard
12.0
4.5+ (HP)
673+/-
_
FAT CLAY (Cl with calcareous deposits, tan,
hard
—
4.5+ (HP)
4.0 671+/-
1
LEAN CLAY (Cl with calcareous deposits,
j tan, light brown, and light gray, hard
_
5—
4.5+ (HP)
14-20-32
—
N=52
j .5 666.5+/-
LEAN CLAY (Cl with limestone fragments,
6-11-28
tan, orange, and light gray, hard
—
X
N=39
0.0 665+/-
1 C
Boring Terminated at 10 Feet
Paqe 1 of 1
ATTERBERG ,
STRENGTH TEST
LIMITS w
w
o
F U
O.
z
>
.-.
o
a.
w
LL
� wZw
X Y
z
¢
¢F
�=
w
z
LL-PL-PI U
w
z
Ir
O
d
16
54-21-33
11
11
18
12
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO. P112
PROJECT: Carter Park East - Option 9 CLIENT: Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
(D
LOCATION See
w
Y
g v
Latitude: 32.6343' Longitude:-97.2961'
_
>O }
Lu
¢ w
a
0 X
Approximate Surface Elev.: 672 (Ft.) +/-
o
m Q
DEPTH ELEVATION (Ft.)
O
FAT CLAY (CH), with calcareous nodules, dark
brown to brown, stiff to hard
1
5 —
6.0 666+/-
_
FAT CLAY (CHI, with calcareous deposits, tan,
orange, and light gray, very stiff
—
8.0 664+/-
LEAN CLAY (CLI, with limestone fragments,
j
tan and orange, hard
o.o
it662+/-
10—
Boring Terminated at 10 Feet
Paqe 1 of 1
STRENGTH TEST
ATTERBERG ,
LIMITS w
U
Z
w�
~D
W
>_
�F
z °
72
LL
W w
Y
�(().-.
LU W
W
¢
~w
� z
O
z
LL-PL-PI U
OU
0�
W�
FIL
2Nv
O
N
w
W
4.5+ (HP)
23
73-26-47
3.0 (HP)
27
1.5 (HP)
23
3.0 (HP)
19
4.5+ (HP)
16
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
RW1
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0
LOCATION See Exploration Plan
w Z
wa
STRENGTH TEST
D
AT LIMITS BERG w
g
U
Latitude: 32.6367° Longitude:-97.3039°
� Q
}}
F
F
F �
a � F o
w z
o
� F
z
F
w
❑
0_
¢
F>
w Fw
J
a
❑ V1
F W (7 .-, Z
cWw% ¢
¢ W
�z
}=
��
z
LL-PL-PI U
Approximate Surface Elev.: 692 (Ft.) +/-
❑ ¢ m
Q
ijW
LL
F
w
O
❑
w
DEPTH ELEVATION (Ft.)
m
~ ON N
v
o
or
VO4
FAT CLAY (CHI, with calcareous nodules, dark
brown, hard
4.5+ (HP)
17
—
4.5+ (HP)
16
63-22-41
N
4.0 688+/-
_
N
FAT CLAY (CH), with calcareous nodules and
deposits, brown, hard
5 —
4.5+ (HP)
13
¢i
a
—
4.5+ (HP)
13
.0 684+/-
_
F
LIMESTONE, with clay seams, tan
a
0
_
1 �
L
100/1.25"
z
0
U
LL
W
F
n
U
F
U
w
a- 16.0
w LIMESTONE, with shale seams, gray
U
, 3
0
N
1 1 20.0
W Boring Terminated at 20 Feet
O
z
c�
0
J
F
¢
U)
VI
O
W
0
F
0
0
d
W
K
J
¢
Z_
U
0
O
0
FF
W
w
15-
676+/- _
672+/- 20
i Stratification lines are approximate. In -situ, the transition may be gradual.
¢
a
w
0 Advancement Method
Dry Auger
❑
o Abandonment Method:
0 Backfilled with auger cuttings
0
c�
WATER LEVEL OBSERVATIONS
oNo water encountered during drilling
in Dry upon completion of drilling
U)
F
100/1.5"
100/1.25"
Hammer Type: Automatic
See Exploration and Testing Procedures for a Notes
description of field and laboratory procedures
used and additional data (If any).
See for explanation of
symbols and abbreviations.
Boring Started: 09-24-2020 Boring Completed: 09-24-2020
Irerracon Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
RW2
Pape 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w Z
wa
STRENGTH TEST
D
ATTERL MIBERG w
g
v
Latitude: 32.6362° Longitude:-97.3039°
� Q
}}
F
F
F
a � F o
w Z
o Z
� F F
❑
¢ EL
w F w
a
w w
W w% ¢
z
LL-PL-PI U
Approximate Surface Elev.: 693 (Ft.) +/-
❑ ¢ m
Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), dark brown, hard
4.5+ (HP)
23
67-24-43
—
4.5+ (HP)
20
FAT CLAY (CH), with calcareous nodules,
brown, hard
5 —
4.5+ (HP)
19
6.0 687+/-
_
LEAN CLAY ICU, with calcareous deposits,
light brown, hard
—
4.5+ (HP)
8
J.0 685+/-
_
LIMESTONE, with clay seams, tan
100/1.25"
1
LIMESTONE, gray
Boring Terminated at 20 Feet
15—
100/1.25"
674+/- _
673+/- 20 100/1.5"
Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See Supporting Information for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
RW3
Paqe 1 of 1
PROJECT:
Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0
LOCATION See Exploration Plan
w Z
wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6357° Longitude:-97.3039°
Q
}}
F
F
F �
a � F o
w Z
o z
' F F
W
❑
0_
¢
F
w F w
J
a
❑ (n
w W
F w (7 .-, Z
W w% ¢
¢ W
Z
}= z
LL-PL-PI U
Approximate Surface Elev.: 694 (Ft.) +/-
❑ ¢ m
Q
LL
F
w
O
❑ w
DEPTH ELEVATION (Ft.)
~ O N N
o
FAT CLAY (CH), with calcareous nodules and
deposits, dark brown to brown, hard
4.5+ (HP)
16
—
4.5+ (HP)
14
63-22-41
o 1
N1.5
689.5*/-
_
17-29-36
o
LEAN CLAY (Cl with calcareous deposits,
5 —
N=65
10
tan and light brown, hard
W
-7.0 687+/-
a
LIMESTONE, with clay seams and layers, tan
W
o
,
100/4.5"
Z'
1
0
U
¢
Ir 2
w
F
_
—
d
U
—
F
[n —
w , 100/1.75'
15—
a- 16.0 678+/- _
w LIMESTONE, with shale seams, gray
U
, 3
20.0 674+/- , 100/0.5"
W Boring Terminated at 20 Feet
O
z
c�
0
J
F
¢
U)
VI
O
W
0
F
0
0
d
W
K
J
¢
Z_
U
K
O
0
FF
w
i Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic
¢
a
w
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
FSee Supporting Information for explanation of
o Abandonment Method: symbols and abbreviations.
z Backfilled with auger cuttings
0
O
J WATER LEVEL OBSERVATIONS
0Boring Started: 09-24-2020 Boring Completed: 09-24-2020
No water encountered during drilling Irerracon
m Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
U) 2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
BORING LOG NO.
RW4
Pape 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
W
0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
ATTERL MIBERG w
g
v
Latitude: 32.6351 Longitude: -97.3038°
}}
� Q F
F
F
a � F o
W Z
o Z
� F F
w
❑
o
¢
F �>
w F W a
❑(o
w W
F W(7 Z
cW w% ¢
¢W
z
}= z
LL-PL-PI U
Approximate Surface Elev.: 695 (Ft.) +/-
❑ ¢ m Q
LL
F
w
O
❑ W
DEPTH ELEVATION (Ft.)
~ O N N
o
OF
VO4
FAT CLAY (CH), with calcareous nodules, dark
brown to brown, hard
—
4.5+ (HP)
19
0
—
4.5+ (HP)
17
N
W
N
1
-
5 —
4.5+ (HP)
16
62-22-40
6.0 689+/-
w
LEAN CLAY ICU, with calcareous deposits,
a
J
tan, light brown, and light gray, hard
—
4.5+ (HP)
12
.0 687+/-
_
F
LEAN CLAY (CLI, with limestone seams, tan,
100/6.25"
Q
hard
—
❑
/
0.0 685+/-
10—
o
LIMESTONE, with clay seams and layers, tan
U
¢
_
of
LU
W
F
—
d
U
—
F I
[n —
w 2 1 , 100/1.0"
¢
w
U
co —
N 9.5 675.5+/-
m 3 1 1 20.0 LIMESTONE. with shale seams, gray 6100/0.5"
20—, J
LUBoring Terminated at 20 Feet
O
z
c�
0
J
F
¢
U)
VI
O
W
0
F
0
a-
d
W
K
J
¢
Z_
U
K
O
O
FF
W
w
i Stratification lines are approximate. In -situ, the transition
may be gradual.
¢
a
w
u) Advancement Method:
See Exploration and Testing Procedures for a
Notes:
Dry Auger
description of field and laboratory procedures
used and additional data (If any).
FSee
Supporting Information for explanation of
o Abandonment Method:
symbols and abbreviations.
Z Backfilled with auger cuttings
0
c� WATER LEVEL OBSERVATIONS
Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drillingIreffBE13n
Om
Dry upon completion of drilling
Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX
Project No.: 95205118
BORING LOG NO.
RW5
Paqe 1 of 1
PROJECT: Carter Park East - Option 9
CLIENT:
Carter Park East Land LLC
Dallas, Texas
SITE:
Oak Grove Road
Fort Worth, Texas
w
0O
LOCATION See Exploration Plan
w Z wa
STRENGTH TEST
D
AT LIMITS BERG w
g
v
Latitude: 32.6347° Longitude:-97.3039°
}}
Q F
F
F �
a � F o
w Z
o z
' F F
❑
¢ EL
w F w a
w w
F W w% ¢
Z
LL-PL-PI U
Approximate Surface Elev.: 695 (Ft.) +/-
❑ ¢ m Q
LL
w
~ N N
O
❑ w
DEPTH ELEVATION (Ft.)
O
o
FAT CLAY (CH), with calcareous nodules, dark
brown, hard
4.5+ (HP)
22
—
4.5+ (HP)
15
61-21-40
1
18.0
6.0 689+/-
FAT CLAY (CHI, with calcareous deposits, tan,
orange, and light gray, hard
—
4.5+ (HP)
13
LEAN CLAY (Cl shaley, tan, orange, and
4.5+ (HP)
12
-95 light gray, hard 685.5+/-
LIMESTONE, with clay seams and layers, tan
—
1 0—
100/3.75"
2 15—
0.0 675+/- 20
Boring Terminated at 20 Feet
100/4.75"
100/1.5"
Stratification lines are approximate. In -situ, the transition may be gradual.
Advancement Method: See Exploration and Testing Procedures for a Notes:
Dry Auger description of field and laboratory procedures
used and additional data (If any).
See for explanation of
Abandonment Method: symbols and abbreviations.
Backfilled with auger cuttings
WATER LEVEL OBSERVATIONS Boring Started: 09-17-2020 Boring Completed: 09-17-2020
No water encountered during drilling Irerracon
Dry upon completion of drilling Drill Rig: CME 45 Driller: StrataBore
2501 E Loop 820 N
Fort Worth, TX Project No.: 95205118
SUPPORTING INFORMATION
Contents:
Unified Soil Classification System
General Notes to Log Terms
Note: All attachments are one page unless noted above.
UNIFIED SOIL CLASSIFICATION SYSTEM
1 rerracon
GeoReport
Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A
Cu >_ 4 and 1 < Cc < 3 E
Clean Gravels:
Gravels:
Less than 5% fines c
Cu < 4 and/or [Cc<1 or Cc>3.0]
More than 50% of
coarse fraction
retained on No. 4 sieve
Gravels with Fines:
Fines classify as ML or MH
Coarse -Grained Soils:
More than 12% fines c
Fines classify as CL or CH
More than 50% retained
on No. 200 sieve
Clean Sands:
Cu >_ 6 and 1 < Cc < 3
Sands:
Less than 5% fines o
Cu < 6 and/or [Cc<1 or Cc>3.0] E
50% or more of coarse
fraction passes No. 4
Fines classify as ML or MH
Sands with Fines:
sieve
More than 12% fines °
Fines classify as CL or CH
Soil Classification
1oup
/mbol Group Name B
GW
Well -graded gravel F
GP
Poorly graded gravel F
GM
Silty gravel F, G, H
GC
Clayey gravel F, G, H
SW
Well -graded sand
SP
Poorly graded sand
SM
Silty sand G, H, i
SC
Clayey sand G, H,
PI > 7 and plots on or above "A" CL Lean clay K, L, M
Inorganic:
Silts and Clays:
PI < 4 or plots below "A" line ML Silt K, L, M
Liquid limit less than 50
Liquid limit - oven dried Organic clay K, L, M, N
Fine -Grained Soils: Organic:
< 0.75 OL Liquid limit - not dried Organic silt K, L, M, o
or more passes the
No.
No. 200 sieve Inorganic:
PI plots on or above "A" line CH Fat clay K, L, M
Silts and Clays:
PI plots below "A" line MH Elastic Silt K, L, M
Liquid limit 50 or more
Liquid limit - oven dried Organic clay K, L, M, P
Organic:
< 0.75 OH
Liquid limit -not dried Organic silt K, L, M, o
Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat
Based on the material passing the 3-inch (75-mm) sieve.
H If fines are organic, add "with organic fines" to group name.
If field sample contained cobbles or boulders, or both, add "with cobbles
I If soil contains >_ 15% gravel, add "with gravel" to group name.
or boulders, or both" to group name.
J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay.
Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded
Klf soil contains 15 to 29% plus No. 200, add "with sand" or "with
gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly
gravel," whichever is predominant.
graded gravel with silt, GP -GC poorly graded gravel with clay.
If soil contains >_ 30% plus No. 200 predominantly sand, add
Sands with 5 to 12% fines require dual symbols: SW-SM well -graded
" sandy" to group name.
sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded
sand with silt, SP-SC poorly graded sand with clay.
MIf soil contains >_ 30% plus No. 200, predominantly gravel, add
"gravelly" to group name.
2
(D30)
H PI >_ 4 and plots on or above "A" line.
Cu = Dso/Dio Cc =
o PI < 4 or plots below "A" line.
Di. X Dso
"A"
P PI plots on or above line.
If soil contains >_ 15% sand, add "with sand" to group name.
o PI plots below "A" line.
If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM.
50
for classliicalioir a1 flne-gra irw-d
soils andfinempraIr4A fraction
of ooers"ralned soils Yrr
Equals n oI `A" -Ise r r .l?,
IL HOREMed 811 1`I=4 10 LL.5.
W 40 thq- �}
I-4.73 tLL.2
1211 Eqe mkm al 'iP - lit*
_ Vef 3IalLL•1&InPlw7 •l
Ihm PlmO.9 (ILL-8) ,f
20
CL f MH or OM
I� f
F/Uu�f�M
qL 4E OL
0
0 10 X. 24? 3a 40 50 so 70 EIS Go
LIQUID LI Mrr (ILL) 7
GENERAL NOTES TO LOG TERMS
1 rerracon
GeoReport
SAMPLING
WATER LEVEL
FIELD TESTS
Tcuuing..
+�e, Roc�kCom
Mfaw kkal:,
NStandard
Penetration Test
Resistance (Blows/Ft)
VMar LrmiAdbrra
(HP)
Hand Penetrometer
SprsXred Prriod of F'-na
Grab 'Shelby
Sample Tube
V Wwar Lava am
Spec Pcriad Trmo
(T)
Torvane
a rhad of
(DCP)
Dynamic Cone Penetrometer
S12odwd Water levels indicated on the soil boring logs are the levels
Texas Cone measured in the borehole at the times indicated. UC Unconfined Compressive Strength
Peneua§iort Peneb-orr�aler
Tess Groundwater level variations will occur over time. In low
permeability soils, accurate determination for groundwater (PID) Photo -Ionization Detector
levels is not possible with short term water level
observations. (OVA) Organic Vapor Analyzer
DESCRIPTIVE SOIL CLASSIFICATION
Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a
#200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on
a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be
added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse -
grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency.
LOCATION AND ELEVATION NOTES
Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is
variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation.
Instead, the surface elevation was approximately determined from topographic maps of the area.
004Z100:aI=1:IJ,K
RELATIVE DENSITY OF COARSE -GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS
(50% or more passing the No. 200 sieve.)
(More than 50% retained on No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual -manual
Density determined by Standard Penetration Resistance procedures or standard penetration resistance
Standard Penetration or Standard Penetration or
Descriptive Term Descriptive Term Unconfined Compressive Strength
N-value N-value
(Density) (Consistency) Qu, (tsf)
Blows/Ft. Blows/Ft.
Very Loose
0-3
Very Soft
Less than 0.25
0-1
Loose
4-9
Soft
0.25 to 0.5
2-4
Medium Dense
10 — 29
Medium Stiff
0.5 to 1.00
4-8
Dense
30 — 50
Stiff
1.00 to 2.00
8 — 15
Very Dense
>50
Very Stiff
2.00 to 4.00
15 — 30
Hard
>4.00
>30
RELATIVE PROPORT ONS OF SAND AND GRAVEL
RELATIVE PROPORTIONS OF FINES
Descriptive Term(s) of
Percent of
Descriptive Term(s) of Percent of
other constituents
Dry Weight
other constituents Dry
Weight
Trace
<15
Trace
<5
With
15 — 29
With
5-12
Modifier
>30
Modifier
>12
GRAIN SIZE
TERMINOLOGY
PLASTICITY )ESCRIPTION
Major Component of Sample
Particle Size
Term
Plasticity Index
Boulders
Over 12 in. (300 mm)
Non -plastic
0
Cobbles
12 in. to 3 in. (300 mm to 75 mm)
Low
1 — 10
Gravel
3 in. to #4 sieve (75mm to 4.75mm)
Medium
11 — 30
Sand
#4 to #200 sieve (4.75mm to 0.075mm)
High
>30
Silt or Clay
Passing #200 sieve (0.075mm)
CITY OF FORT WORTH
FO RT WO RTH. WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
IApprovall
Spec No.
IClasssification
Manufacturer
Model No.
National Spec
Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
I 07/23/97
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
ASTM D2240/D412/D792
I 04/26/00
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
I 04/26/00
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
250-4G Gasket
ASTM C-443/C-361
SS MH
I 1126199
33 05 13
HDPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
Traffic and Non -traffic area
I 5/13105
33 05 13
Manhole External Wrap
Canusa - CPS WrapidSeal Manhole Encapsulation System
I
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13
(1/8/13)
I
I 1126199
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
Flowthe
ASTM 3753
Non -traffic area
I 08/30/06
I
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
I
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
I33
05 13
IManhole Frames and Covers
I Western Iron Works, Bass & Hays Foundry
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.
I 08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
R-1272
ASTM A48 & AASHTO M306
24" Dia.
I 08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
NF 1274
ASTM A48 & AASHTO M306
30" Dia.
I33
05 13
Manhole Frames and Covers
Sigma Corporation
MH-144N
I33
05 13
Manhole Frames and Covers
Sigma Corporation
MH-143N
I33
05 13
Manhole Frames and Covers
Pont-A-Mousson
GTS-STD
24" this.
I3305
13
Manhole Frames and Covers
Neenah Casting
24" this.
I 10/31/06
3305 13
Manhole Frames and Covers (Hinged)
Powerseal
Hinged Ductile Iron Manhole
ASTM A536
24" Dia.
I 7/25/03
3305 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Pamnex/nexus)
RE32-R8FS
30" Dia.
I 01/31/06
3305 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
V 1432-2 and V 1483 Designs
AASHTO M306-04
30" Dia.
I 11/02/10
3305 13
30" Dia. MH Ring and Cover
Sigma Corporation
MH165IFWN & MH16502
30" Dia
I 07/19/11
33 05 13
30" Dia. MH Ring and Cover
Star Pipe Products
NIH32FTWSS-DC
30" Dia
I 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
ASSITID MI 05 & ASTM A536
30" Dia
I 06/01/17
3405 13
30" Dia. MH Ring and Cover (Lockable) CI
SIP Industries
2280 (32")
ASTM A 48
30" Dia.
I 12/05/23
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) CI
SIP Industries
4267WT - Hinged (32")
ASTM A 48
30" Dia.
CAP-ONE-30-FTW, Composite, w/ Lock
.111111
33 M 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hmg
30" Dia.
I 10/07/21
I
3405 13
30" Dia. MH Ring and Cover
Trumbull Manufacturing
32"(30") Frame and Cover
30" Dia.
I
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
I*
3305 13
Manhole Frames and Covers
Pont-A-Mousson
Fortnight
24" Dia. I
I3305
13
Manhole Frames and Covers
Neenah Casting
24" Dia. I
I3305
13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
24" Dia. I
I *
3305 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
24" Dia. I
I 03/08/00
3305 13
Manhole Frames and Covers
Accucast
RC-2100
ASTM A 48
24" Dia. I
I 04/20/01
I
3305 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
I
Water & Sewer - Manholes & Bases/Precast Concrete
Bev 1/8/131
I *
33 39 10
Manhole, Precast Concrete
Hydro Condurt Corp
SPL Item 449
ASTM C 478
48"
I *
33 39 10
Manhole, Precast Concrete
Wall Concrete Pipe Co. Inc.
ASTM C-443
48"
I 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
I 12/05/23
33 39 10
Manhole, Precast Concrete
The Turner Company
72" I.D. Manhole w/ 32" Cone
ASTM C 478
72"
I 05/08/18
33 39 10
Manhole, Precast Concrete
The Turner Company
48", 60" I.D. Manhole w/ 32" Cone
ASTM C 478
48", 60"
Manhole, sr• upenprg and Plat top, (No
09/03/24
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transition Cones)
ASTM C 478
48" to 84" I.D.
I 06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
Reinforced Polymer Concrete
ASTM C-76
48" to 72"
I 09/06/19
33 3920
Manhole, Precast Concrete
Forterra Pipe and Precast
60" & 72" I.D. Manhole w/32" Cone
ASTM C-76
60" & 72"
I 10/07/21
32 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
48" I.D. Manhole w/32" Cone
ASTM C-77
48"
I 10/07/21
33 3920
Manhole, Precast (Reinforced Polymer) Concrete
Armorock
48" & 60" I.D. Manhole w/32" Cone
48" & 60"
I 10/07/21
33 3920
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;
-1/07/23
33 3920
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 60" I.D. Manhole w/32" Cone
ASTM C-443
I 03/07/23
33 3920
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, RockHardsep
48" & 60" I.D. Manhole w/32" Cone
I 04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amiteeh USA
Meyer Polycrete Pipe
I
Sewer -(WAC)
Wastewater Access Chamber 33 39 40
I
For use when Std. MH cannot be
12/29/23
33 39 20
Wastewater Access Chamber
Onickstream Solutions, Inc.
Type 8 Maintenace Shaft (Poopit)
installed due to depth
I
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
I
I *
EI-14
Manhole Rehab Systems
Ouadex
I
I 04/23/01
E1-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
Reliner MSP
I
E1-14
Manhole Rehab Systems
AP/M Permaform
I
I 4/20/01
E1-14
Manhole Rehab System
Strong Company
Strong Seal MS2A Rehab System
I
I 5/12/03
E1-14
Manhole Rehab System (Liner)
Triplex Lining System
MH repair product to stop infiltration
ASTM D5813
I
I08/30/06
I
General Concrete Repair
FlcxKretc Technologies
Vinyl Polyester Repair Product
Misc. Use I
I
* From Original Standard Products List 1
FORT WORTH
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
(Approval
Spec No. IClasssification I
Manufacturer
Model No.
national Spec
Size
Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious
I 05/20/96
E1-14 Manhole Rehab Systems
Spraynal
Spray Wall Polyurethane Coating
ASTM D639/13790
I
I 12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only I
I 01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1BB, Sl, S2
Acid Resistance Test
Sewer Applications I
I8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications I
33 01 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
I
33 39 20 Coating for Corrosion protecticn(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
I
Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16)
I *
33 05 13 Manhole Insw
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
I *
33 05 13 Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
I *
3305 13 Manhole Insert
Nofiow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
I 09/23/96
3305 13 Manhole Insert
Southwestern Packing & Seals, Inc.
LifeSaver - Stainless Steel
For 24" dia.
I 09/23/96
3305 13 Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" dia
I
Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13)
I
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)
FB-12 Casing Spacer (Coated Carbon Steel)
03/19/18
Casing Spacers
BWM
for Non_rressure Pipe and Grouted Casing
03/29/22
33 M 13 Casing Spacers
CCI Pipeline Systems
CSC12, CSS12
Per Manufacturers Requirements (Sewer
09/03/24
33 M 13 Casing Spacers
Race (Completely HDPE)
Applications Only)
8^ _ 12" (Sewer Only)
I
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
I
I
*
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile Iron Pressure Pipe,
AW WA C150, C151
I
3" thru 24"
OS/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Fastite Pipe (Bell Spigot)
AW WA C150, C151
4" thru 30"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AW WA 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 Jon Pipe Co.
AW WA C150, C151
Water &Sewer -Utility Line Marker (08/24/2018)
I
Sewer - Coatiini,s/EDoxv 33-39-60 (01/08/131
I 02/25/02
Epoxy Lining System
Sauereisen, Inc
S—Gard 21 ORS
LA County 4210-1.33
I 12/14/01
Epoxy Lining System
Ertech Technical Coatings
Ertech 2030 and 2100 Series
I 04/14/05
Interior Ductile Iron Pipe Coating
Induron
Protecto 401
ASTM B-117
Ductile Iron Pipe Only
I01/31/06
Coatings f Corrosion Protection
Chesterton
Arc 791, SIBB, Sl, S2
Acid Resistance Test
Sewer Applications
I8/28/2006
I
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
I
I
Sewer - Coatines/Polvurethane
I
I
I
Sewer - Combination Air Valves
I
I 05/25/18
I
33-31-70
Air Release Valve
A. -I. USA, Inc.
D0251P02(Composite Body)
2" I
I
I
Sewer - Pipes/Concrete
I
*
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
*
EI-04
Conc. Pipe, Reinforced
Hanson Concrete Products
SPL item #95 P larhole,-
ASTM C 76
*
EI-04
Conc. Pipe, Reinforced
Concrete Pipe & Products Co. Inc.
ASTM C 76
Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18/13)
M System
PIM Corporation
Polyethylene
PIM Corp., Piscam Way, 11.1.
Approved Previously I
Connell Systems
�PRS
McLat Construction
Polyethylene
Houston, Texas
Approved Previously I
I
Systems
Trcnchless Replacement Svstem
Polyethylene
Calgary, Canada
Approved Previously I
I
Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13)
I 7/21/97
3331 13 Cent. Cast Fiberglass (FRP)
Hates Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM 133262/133754
I
I 03/22/10
3331 13 Fiberglass Pipe (FREI
Amcron
Bondstrand RPMP Pipe
ASTM D3262/1)3754
I
I 04/09/21
3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM 133262/133754
I
ASTM D3262, ASTM D3681,
03/07/23
3331 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AW WA M45
ASTM D3262, ASTM D3517,
09/03/24
I
3331 13 Fiberglass Pipe (FRP)
Superlit Boru Sanayi A.S.
Superlit FRP
ASTM 3754, AW WA C950
I
* From Original Standard Products List 2
CITY OF FORT WORTH
FO RT WO RTH® WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size
Sewer - Piue/Polvmer Pioe
4/14/05
Polymer Modified Concrete Pro,
Amrtech USA
Meyer Polycrete Pipe
AS— C33, A276, -11
8" to 102", Class V
06/09/10
El-9 Reinforced Polymer Concrete Pipe
US Composite Pipe
Reinforced Polymer Concrete Pipe
ASTM C-76
Sewer - Piues/HDPE 33-31-23(1/8/131
*
High-dens�ry polyethylene pipe
Phillips Dnscooipe, hp:.
Opticore Ductile Polyethylene Pipe
ASTM D 1248
8"
*
High -ma ty polyethylene pipe
Plesco Inc.
ASTM D 1248
8"
*
High -density polyethylene pipe
Polly Pipe, Inc.
ASTM D 1248
8"
High-densnv polyethylene pipe
CSR Hydro Conduit/Pipeline Systems
McConnell Pipe Enlargement
ASTM D 1248
Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/131
12/02/11
33-11-1� DR -Id PVC Pressure Pipe
Pipch. letstream
PVC Pressure Pipe
AW WA C900
4" thou 12"
10/22/14
33-11-12 DR-14 PVC Pressure Pipe
Royal Budding Products
Royal Seal PVC Pressure Pipe
AW WA C900
4" thou 12"
Sewer - PiDes/PVC* 33-31-20 (7/1/13)
*
33-31-20 PVC Sewer Pipe
1-M Manufacturing Co., Inc. (JM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 11"
12/23/97*
33-31-20 PVC Sewer Pipe
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
*
33-31-20 PVC Sewer Pipe
Lamson Won Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
Graytty Sewer PS 115
ASTM F 679
18"
*
33-31-20 PVC Sewer PiJ7e
1-M Man ufacturin\v�Co, Ina (JM Eagle)
PS 115
ASTM F 679
18" - 28"
05/06/05
33-31-20 PVC Solid Wall Pipe
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
04/27/06
33-31-20 PVC Sewer Finings
Harco
SDR-26 (PS 115) Gasket Finings
ASTM D-3034, D-1784, etc
4" - 11"
*
33-31-20 PVC Sewer Finings
Plastic Trends, Ina.(Weadake)
Gasketed PVC Sewer Main Finings
ASTM D 3034
1 3/19/2018
33 3120 PVC Sewer Pipe
Aoelife Jet Stream
SDR 26 (PS 115)
ASTM F679
18"- 24"
1 3/19/2018
33 3120 PVC Sewer Ppe
Aoelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
1 3/29/2019
33 3120 Gasketed Fittings (PVC)
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
1 10/21/2020
33 3120 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 11"
1 10/22/2020
33 3120 PVC Sewer Pipe
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
1 10/21/2020
33 3120 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
18"-36"
* From Original Standard Products List
FORT WORTH
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
(Approval
Spec No.
IClasssification
Manufacturer
Model No.
National Spec
Size
Water - Auour^enances
33-12-10 (07/01/13)
09/03/24
33-12-10
Double Strap Saddle
Ford Meter Box Co., Inc
202B
1"1" SVC, up to 16" Pipe
01/18/18
33-12-10
Double Strap Saddle
Romac
202NS Nylon Coated
AWWA C800
1"1" SVC, up to 24" Pipe
08/28/02
Double Strap Saddle
Smith Blair
4317 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"1" SVC, up to 24" Pipe
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Incl. 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 & 61 OMT
3/4" and 1"
1.1.7
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101M
1%" and 2"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
111101.
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
L22-77NL
AWWA C800
_
FB600-6-NL, FB1600-6-NL, FV23-666-W-
1/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FB1600-4-NL, B11-444-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, ANSE 61,
1/21/2.1.
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, ANSE 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, ANSE 61,
1/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
1553ON
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 Steep
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 Steep
JCM Industries, Inc.
415 Tapping Sleeve
AWWA C-223
Concrete Pipe Only
05/10/11
Tapping Sleeve (Stainless Steep
Powerseal
3490AS (Flange) & 3490MJ
4"-8" and 16"
02/29/12
33-12-25
Tapping Sleeve (Coated Steep
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 Steep
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
DEW Plastics Inc.
DFW37C-12-IEPAF FTW
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW39C-12-IEPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW65C-14-IEPAF FTW
Class "A"
Concrete Meter Box
Bass & Hays
CMB37-B12 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-18-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CMB65-B65 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)
*
E1-11
Combination Air Release Valve
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
*
EI-11
Combination Air Release Valve
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/2" 1" & 2"
*
EI-11
Combination Air Release Valve
Valve and Primer Corp.
APCO #143C, #145C and #147C
1", 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
1.11.7
E-1-12
DryBarrel Fire Hydrant
Mueller Company
A423 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
09/16/97
E-1-12
Dry Barrel Fire Hydrant
American Flow Control (AFC)
Waterous Pacer WB67
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
AW WA 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
CITY OF FORT WORTH
FO RT WO RTH.,
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
IApprovall
Spec No.
IClasssification
Manufacturer
Model No.
national Spec
Size
Water - Pioes/PVC (Pressure Water) 33-31-70 (01/08/13)
AW WA C900, AW WA C605,
1.113
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
ASTM D1784
4"-16"
AW WA C900, AW WA C605,
1.113
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR18
ASTM D1784
16"-18"
AW WA C900, AW WA C605,
0.314
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR14
ASTM D1784
4"-16"
AW WA C900, AW WA C605,
0.314
33-11-U
PVC Pressure Pipe
Northern Pipe Products
DR18
ASTM D1784
16"-18"
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
AW WA C900
4"-12"
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
AW WA C900
16"-24"
5/25/2018
3311 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
AW WA C900
4"-12"
5/25/2018
3311 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
AW WA C900
16"-24"
AW WA C900-16
UL 1285
12/6/2018
3311 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
ANSIMSF 61
4"-28"
FM 1612
AW WA C900-16
UL 1285
12/6/2018
3311 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
ANSIMSF 61
16"-24"
FM 1612
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
AW WA C900
4" - 8"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
AWWA C900
16"-24"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
AW WA C900
4"- 12"
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
AW WA C900
4"- 12"
Water - PinesNalves & Fittings/Ductile Iron Fittines 33-11-11 (01/08/13)
07/23/92
EI-07
Ductile Iron Fittings
Star Pipe Products, Inc.
Mechanical Joint Fittings
AW WA C153 & C110
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
Mechanical Joint Fittings
AW WA C 110
*
E1-07
Ductile Iron Fittings
McWane/lyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350
AW WA C 153, C 110, C 111
08/11/98
EI-07
Ductile Iron Fittings
Sigma, Co.
Mechanical Joint Fittings, SSB Class 351
AWWAC 153, C 110, C 112
02/26/14
EI-07
MJ Fittings
Accucast
Class 350 C-153 MJ Fittings
AW WA C153
4"-12"
05/14/98
EI-07
Ductile Iron Joint Restraints
Ford Meter Box CoXin-Flange
Uni-Flange Series 1400
AW WA CI I IIC153
4" to 36"
05/14/98
E1-24
PVC Joint Restraints
Ford Meter Box CoXin-Flange
Uni-Flange Series 1500 Circle -Lock
AW WA CI I IIC153
4" to 24"
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
One Bolt Restrained Joint Fitting
AWWAC111/CI16/C153
4"to12"
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)
AW WA CI11/C116/C153
4" to 42"
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)
AW WA CI11/C116/C153
4" to 24"
08/05/04
EI-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLC4 - SLC10
AW WA CI I IIC153
4" to 10"
03/06/19
33-I1-I1
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12
AW WA C111/C153
4" to 12"
08/05/04
EI-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLCE
AW WA C111/C153
12" to 24"
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
Sigma One-Lok SLDE
AW WA C153
4" - 24"
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM
ASTM F-1624
4" to 12"
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
Mechanical Joint Fittings
AW WA C153
4" to 24"
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
PVC Stargrip Series 4000
ASTM A536 AW WA CI I I
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
DIP Stargrip Series 3000
ASTM A536 AW WA CI I I
EZ Grip Joint Restraint (EZD) Black For DIP
.3119118
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
ASTM A536 AW WA CI I I
3"-48"
EZ Grip Joint Restraint (EZD) Red for C900
03/19/18
33-11-11
Mechanical Joint Retaner Glands
SIP Industries(Serampore)
DR14 PVC Pipe
ASTM A536 AW WA CI I I
4"-12"
EZ Grip Joint Restraint (EZD) Red for C900
03/19/18
33-1141
Mechanical Joint Retaner Glands
SIP Industnes(Serampore)
DR18 PVC Pipe
ASTM A536 AW WA C111
16"-24"
* From Original Standard Products List 5
CITY OF FORT WORTH
FO RT
WO RTH.,
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No. [Classsification Manufacturer
Water Pines & Fittings/Resilient Seated Gate 33-12-20 (05/13/151,
Model No.
national Spec
Size
-
alves
Resilient Wedged Gate Valve w/no Gears
alve*
American Flow Control
Series 2500 Drawing # 94-20247
16" I
I 12/13/02
Resilient Wedge Gate Valve
American Flow Control
Series2530 and Series 2536
AW WA C515
30" and 36" I
I 08/31/99
Resilient Wedge Gate Valve
American Flow Control
Senes 2520 & 2524 (SD 94-20255)
AW WA C515
20" and 24" I
I 05/18/99
Resilient Wedge Gate Valve
American Flow Control
Series 2516 (SD 94-20247)
AW WA C515
16" I
I 10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
Series 2500 (Ductile Iron)
AW WA C515
4" to 12" I
I 08/05/04
Resilient Wedge Gate Valve
American Flow Control
42" and 48" AFC 2500
AW WA C515
42" and 48" I
I 05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
American AVK Resilient Seaded GV
AW WA C509
4" to 12" I
I 01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
20" and smaller I
I *
E1-26
Resilient Seated Gate Valve
Kennedy
4" - 12" I
I
E1-26
Resilient Seated Gate Valve
M&H
4" - 12" I
I *
E1-26
Resilient Seated Gate Valve
Mueller Co.
4" - 12" I
I 11/08/99
Resilient Wedge Gate Valve
Mueller Co.
Series A2361 (SD 6647)
AW WA C515
16"
I 01/23/03
Resilient Wedge Gate Valve
Mueller Co.
Series A2360 for 18"-24" (SD 6709)
AW WA C515
24" and smaller
I 05/13/05
Resilient Wedge Gate Valve
Mueller Co.
Mueller 30" & 36", C-515
AW WA C515
30" and 36"
I 01/31/06
Resilient Wedge Gate Valve
Mueller Co.
Mueller 42" & 48", C-515
AW WA C515
42" and 48"
I 01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
AW WA C509
4" - 12"
I 10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
16" RS GV (SD D-20995)
AW WA C515
16"
I 11/08/99
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
Clow RW Valve (SD D-21652)
AW WA C515
24" and smaller
I 11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
Clow 30" & 36" C-515
AW WA C515
30" and 36" (Note 3)
11/30/12
Resilient We Gate Valve
Clow Valve Co.
Clow Valve Model 2638
AW WA C515
24" to 48" (Nora 3)
05/08/91
E1-26
Resilient Seat eedd Gate Valve
Stockham Valves & Fittings
AW WA C 509, ANSI 420 - stem,
4" - 12"
I *
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
Mcuoseal 250, requirements SPL #74
3" to 16"
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
EJ FI—Master Gat. Valve & Boxes
08/24/18
Mateo Gate Valve
Matco-Norca
225 MR
AW WA/ANSI C115/An21.15
4" to 16"
I
Water - Pioes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
I
I *
EI-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
AW WA C-504
24"
I *
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
AW WA C-504
24"and smaller
I 1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
AW WA C-504
24" and larger
I 06/12/03
E1-30
Valmatic American Butterfly Valve
Valmatic Valve and Manufacturing Corp.
Valmahc American Butterfly Valve.
AW WA C-504
Up to 84" diameter
I 04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
M&H Style 4500 & 1450
AW WA C-504
24" to 48"
I 03/19/18
33 1221
Rubber Seated Butterfly Valve
G. A. Industries (Golden Anderson)
AW WA C504 Butterfly Valve
AW WA C-504
30"-54" I
I 09/03/24
I
33 1221
Rubber Seated Butterfly Valve
American AVK Company
AW WA C504 Butterfly Valve Class 250B
AW WA C-504
24" - 48" I
I
Water - Polvethvlene Encasement 33-11-10 (01/08/13)
I 05/12/05
E1-13
Polyethylene Encasmcnt
Fl-sol Packaging
Fulton Enterprises
AW WA C105
8 it LLD I
I 05/12/05
E1-13
Polyethylene Encasmcnt
Mountain States Plastics (MSP) and AEP Ind.
Standard Hardware
AW WA C105
8 mil LLD I
I 05/12/05
E1-13
Polyethylene Encasmcnt
AEP Industries
Bullstrong by Cowtown Bolt & Gasket
AW WA C105
8 mil LLD I
I 09/06/19
33-11-11
IPolvethylene Encasment
Northtown Products Inc.
PE Encasement for DIP
AW WA C105
8 mil LLD I
I
Water - SamnlinH
Station
I
03/07/23
33 12 50
lWater Sampling Station
Kupf le Foundry Company
Eclipse, Number 88, 12-inch Depth ofBury
As shown in spec. 33 12 50
09l02F24
3344-M
- Sampling Statio
is, hie
-D NL, ReezeThis
Proof, I !asp for Lacking Access Hatch
product removed
Water - Automatic
Flusher
HG6-A-IN-2-BRN-LPRR(Portable)
1.110
Automated Flushing System
Mueller Hydrosami d
HG2-A-IN--2-PVC-018-LPLG(Perno,... )
04/09/21
Automated Flushing System
KupliMe Foundry Company
Eclipse #9800wc
04/09/21
I
Automated Flushing System
Kupferle Foundry Company
Eclipse #9700 (Portable)
I
The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water
Yellow Highlight indicates recent changes
* From Original Standard Products List 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 6/30/2025
Concrete
Class A (S dewalk, ADA
Ramps, Driveways, Curb/Gutter, Median Pavement)
9/9/2022
32 1320
Mix Des
American Concrete Company
30CAF029
3000 psi
3-5" Slump; 3-6% Air
4/3/2025
32 13 20
Mix Design
Big Town Concrete
2211
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Dead[
Bunten Texas
30U101AG
3000 psi
3-5" Slump; 3-6% Air
4/l/2024
32 13 20
Mix Design
Bronco Texas
30U500BG
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Carder Concrete
FWCC502001
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Carder Concrete
FWCC502021
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Chisholm Trail Redi Mix
C 13020AE
3000 psi
3-5" Slump; 4.5-7.5% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
City Concrete Coit�any
30HA20H
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
253-W
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Cow Town Redi Mix
250
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
350
3000 psi
3-5" Slump; 3-6% Air
1/29/2024
32 1320
Mix Design
Estrada Ready Mix
R3050AEWR
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Holcim - SOR, hic.
1261
3000 psi
3-5" Slump; 3-6% Air
9/23/2024
32 1320
Mix Design
Holcim - SOR, Inc.
5177
3000 psi
3-5" Slump; 3-6% Air
5/8/2025
32 13 20
Mix Design
Holcim - SOR, hic.
530WA-TI
3000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 1320
Mix Design
Liquid Stone
C301D
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2136214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
R2136014
3000 psi
3-5" Slump; 3-6% Air
4/l/2023
32 13 20
Mix Desn
Martin Marietta
R2136N14
3000 psi
3-5" Slump; 3-6% Air
6/l/2023
32 1320
Mix Design
Martin Marietta
R2136R20
3000 psi
3-5" Slump; 3-6% Air
6/l/2023
32 13 20
Mix Dez
Martin Marietta
R2136N20
3000 psi
3-5" Slump; 3-6% Air
11/2/2022
32 1320
Mix Design
Martin Marietta
R2141K24
4000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 1320
Mix Desp
Martin Marietta
R2136K14
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
R2131314
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Desp
Martin Marietta
R2132214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
D9490SC
3000 psi
3-5" Slump; 4.5-7.5% Air
5/9/2025
32 1320
Mix Desp
Martin Marietta
R2136R14
3000 psi
3-5" Slump; 3-6% Air
10/4/2023
32 1320
Mix Design
NBR Ready Mix
CLS A-YY
3000 psi
3-5" Slump; 3-6% Air
10/4/2023
32 1320
Mix Desgi
NBR Ready Mix
CLS A -NY
3000 psi
3-5" Slump; 3-6% Air
7/10/2023
32 1320
Mix Design
Osborn
30A50MR
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
32 1320
Mix Des0a
Rapid Redi Mix
RRM5020A
3000 psi
3-5" Slump; 3-6% Air
1/24/2023
32 1320
Mix Design
Rapid Redi Mix
RRM5525A
3600 psi
3-5" Slump; 3-6% Air
10/24/2024
32 1320
Mix Desp
SRM Concrete
30850
3000 psi
3-5" Slump; 3-6% Air
10/24/2024
32 1320
Mix Design
SRM Concrete
30350
3000 psi
3-5" Slump; 3-6% Air
10/18/2024
32 13 20
Mix Desp
SRM Concrete
30050
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Tarrant Concrete
FW5025A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Desp
Tarrant Concrete
CP5020A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
32 13 20
Mix Design
Tarrant Concrete
TCFW5020A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Desp
Tarrant Concrete
FW5525A2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Titan Ready Mix
3020AE
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
True Grit Redi Mix
0250.230
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
True Grit Redi Mix
0250.2301
3000 psi
3-5" Slump; 3-6% Air
Class CIP "Inlets, Manholes, Junction Boxes, Encasement, Blockin�, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A)
9/9/2022
3213 13
: Mix Des�p
American Concrete Company
40CNF065
4000 psi
3-5" Slump; 0-3% Air
9/9/2022
3213 13
: Mix Design
Bumco Texas
4OU500BG
4000 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
: Mix Des p
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CTFW5520A
3600 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Desp
Chisholm Trail Redi Mix
CTFW6020A
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
255-2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
355
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
255
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
270
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
370
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
353
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
257
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
357
3600 psi
3-5" Slump; 3-6% Air
5/7/2025
3213 13
Mix Design
Cow Town Redi Mix
265-42
4200 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Desp
Holum - SOR, Inc.
1701
4000 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
Holcim - SOR, Inc.
1 55 1
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Holcim - SOR, Inc.
5409
4000 psi
3-5" Slump; 3-6% Air
4/27/2023
3213 13
Mix Design
Liquid Stone
C361DNFA
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Dead[
Martin Marietta
R2141230
4000 psi
3-5" Slump; 3-6% Air
8/4/2023
3213 13
Mix Design
Martin Marietta
R2141R24
4000 psi
3-5" Slump; 3-6% Air
Page 1 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 6/30/2025
...Concrete (Continues)
11/20/2023
32 13 13
Mix Design
Martin Marietta
R2146R33
11/20/2023
3213 13
Mix Design
Martin Marietta
R2146K33
9/9/2022
3213 13
Mix Design
Martin Marietta
R2142233
9/9/2022
3213 13
Mix Design
Martin Marietta
R2136224
9/9/2022
3213 13
Mix Design
Martin Marietta
R2141233
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146038
10/24/2024
3213 13
Mix Design
Martin Marietta
R2146K34
5/5/2025
32 13 13
Mix Design
Martin Marietta
R2146R35
5/5/2025
33 13 13
Mix Design
Martin Marietta
R2146K35
5/5/2025
33 13 13
Mix Design
Martin Marietta
R2146N33
9/12/2023
321313
Mix Design
NBR Ready Mix
CLS PI-YY
9/9/2022
32 13 13
Mix Design
NBR Ready Mix
TX C-YY
9/9/2022
3213 13
Mix Design
NBR Ready Mix
TX C-NY
1/18/2023
32 13 13
Mix Design
Rapid Redi Mix
RRM5320A
1/18/2023
3213 13
Mix Design
Rapid Redi Mix
RRM6020ASS
10/24/2024
32 13 13
Mix Design
SRM Concrete
40350
10/24/2024
3213 13
Mix Design
SRM Concrete
40850
9/16/2024
32 13 13
Mix Design
SRM Concrete
35050
4/28/2025
3213 13
Mix Design
SRM Concrete
36850
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW5320A
10/10/2022
32 13 13
Mix Design
Tarrant Concrete
TCFW6025A2
Class C (Drilled Shaft for
Traffic Signal Pole Foundations 3eference Detail 314
9/9/2022
32 13 13
Mix Design
Borneo Texas
36U500BG
6/21/2023
3213 13
Mix Design
Cow Town Redi Mix
360-DS
10/30/2024
32 13 13
Mix Design
Estrada Ready Mix
R36575AEWR
12/5/2022
3213 13
Mix Design
Holcim - SOR, Inc.
1822
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
1859
4/7/2023
32 13 13
Mix Design
Liquid Stone
C361DHR
6/27/2023
32 13 13
Mix Design
Martin Marietta
U2146N41
6/27/2023
32 13 13
Mix Design
Martin Marietta
U2146K45
5/9/2025
2 13 13
Mix Design
Martin Marietta
U2146R41
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135K2524
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135KO524
Class C (Headwalls, Wing walls, Culverts)
9/9/2022
32 13 13
Mix Design
Carder Concrete
FWCC602001
9/9/2022
3213 13
Mix Design
City Concrete Company
40LA2011
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-2
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360-1
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-1
1/29/2024
321313
Mix Design
Estrada Ready Mix
R3655AEWR
9/9/2022
3213 13
Mix Desp
GCH Concrete Services
GCH4000
4/1/2023
321313
Mix Design
Martin Marietta
310LBP
8/30/2023
3213 13
Mix Desp
Martin Marietta
R2141R30
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146035
9/9/2022
3213 13
Mix Desp
SRM Concrete
40050
9/9/2022
3213 13
Mix Design
SRM Concrete
35022
9/9/2022
321313
Mix Design
Tarrant Concrete
FW6020A2
Class P (Machine
Placed
Pav ng�
4/3/2025
3213 13
Mix Design
B own Concrete
4511
4/3/2025
3213 13
Mix Design
Big Town Concrete
4411
6/30/2025
3213 13
Mix Design
Bw Town Concrete
5211
6/30/2025
3013 13
Mix Design
Big Town Concrete
52113
6/30/2025
3013 13
Mix Design
Big Town Concrete
5311
9/9/2022
3213 13
Mix Design
Carder Concrete
FWCC552091
9/9/2022
3213 13
Mix Design
Carder Concrete
FWCC602091
9/9/2022
3213 13
Mix Design
City Concrete Company
36LA2011
9/9/2022
33 13 13
Mix Design
Cow Town Redi Mix
257-M
11/14/2022
3213 13
Mix Design
Cow Town Redi Mix
357-M
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
260-M
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360-M
2/6/2024
3213 13
Mix Design
Estrada Readh�Mix
TD3655AEWR
5/20/2025
3213 13
Mix Design
Gilco Contracting Inc
36MP 1643
6/20/2025
3213 13
Mix Design
Gilco Contracting Inc
36MP1629
5/12/2025
3213 13
Mix Design
Holcim - SOR, Inc.
1703
8/4/2023
3213 13
Mix Design
Martin Marietta
Q214IR27
11/2/2022
3213 13
Mix Design
Martin Marietta
Q214IK30
10-D605)
With 20% Fly Ash
With 30% slag
4000 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slump; 3-6% Air
3600 psi
3-5" Slump; 4.5-7.5% Air
3600 psi
3-5" Slump; 3-6% Air
3600 psi
3-5" Slump; 3-6% Air
4500 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slump; 3-6% An
4000 psi
3-5" Slmnp; 3-6% Air
4000 psi
3-5" Slump; 3-6% An
4000 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slump; 3-6% An
3000 psi
3-5" Slump; 3-6% Air
3000 psi
3-5" Slump; 3-6% Am
3000 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slump; 3-6% Am
4000 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slump; 3-6% Am
3500 psi
3-5" Slump; 3-6% Air
3600 psi
3-5" Slump; 3-6% Air
3000 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slanp; 3-6% Air
3600 psi
5.5-7.5" Slanp; 3-6% Air
3600 psi
5.5-7.5" Slump; 3-6% Air
3600 psi
5.5-7.5" Slanp; 3-6% Air
3600 psi
5.5-7.5" Slump; 0-3% Air
4000 psi
5.5-7.5" Slanp; 3-6% Air
3600 psi
5.5-7.5" Slump; 3-6% Air
3600 psi
5-7" Slump; 3-6% Air
3600 psi
5-7" Slump; 3-6% Air
3600 psi
5-7" Slump; 3-6% Air
3600 psi
5.5" Slump; 3-6% Air
3600 psi
5.5" Slump; 3-6% Air
4000 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slu np; 3-6% Air
3600 psi
3-5" Slump; 3-6% Air
3600 psi
3-5" Slu np; 3-6% Air
3600 psi
3-5" Slump; 3-6% Air
3600 psi
3-5" Slu np; 3-6% Air
4000 psi
3-5" Slump; 3-6% Air
3600 psi
3-5" Slu np; 4-7% Air
4000 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slu np; 3-6% Air
4000 psi
3-5" Slump; 3-6% Air
3600 psi
3-5" Slump; 3-6% Air
4000 psi
3-5" Slump; 3-6% Air
3600 psi
1-Y Slump; 3-6% Air
3600 psi
1-3" Slump; 3-6% Air
4000 psi
1-3" Slump; 3-6% Air
4000 psi
1-3" Slump; 3-6% Air
4000 psi
1-3' Slump; 3-6% Air
3600 psi
1-3" Slump; 3-6% Air
4000 psi
1-Y Slump; 3-6% Air
3600 psi
1-3" Slump; 3-6% Air
3600 psi
1-Y Slump; 3-6% Air
3600 psi
1-3" Slump; 3-6% Air
4000 psi
1-Y Slump; 3-6% Air
4000 psi
1-3" Slump; 3-6% Air
3600 psi
1-Y Slump; 3-6% Air
3600 psi
1-3" Slump; 3-6% Air
3600 psi
1-Y Slump; 3-6% Air
4000 psi
1-3" Stomp; 3-6% Air
4000 psi
1-Y Slump; 3-6% Air
4000 psi
1-3" Stomp; 3-6% Air
Page 2 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 6/30/2025
...Concrete (Continues)
5/5/2025
32 13 13
Mix Design
Martin Marietta
10/4/2023
3213 13
Mix Design
NBR Ready Mix
10/4/2023
3213 13
Mix Design
NBR Ready Mix
10/24/2024
3213 13
Mix Design
SRM Concrete
10/24/2024
3213 13
Mix Design
SRM Concrete
9/16/2024
3213 13
Mix Design
SRM Concrete
10/18/2024
32 13 13
Mix Design
SRM Concrete
6/5/2025
3213 13
Mix Design
SRM Concrete
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
9/9/2022
3213 13
Mix Design
True Grit Redi Mix
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
6/17/2025
3213 13
Mix Design
True Grit Redi Mix
6/23/2025
32 13 13
Mix Design
True Grit Redi Mix
Class H (Hand Placed Paving, Valley Gutter)
9/9/2022
3213 13
Mix Design
American Concrete Company
5/2/2023
32 13 13
Mix Design
Big D Concrete
4/3/2025
3213 13
Mix Design
Big Town Concrete
4/3/2025
32 13 13
Mix Design
Big Town Concrete
4/5/2025
3213 13
Mix Design
Big Town Concrete
9/9/2022
32 13 13
Mix Design
Bumco Texas
9/9/2022
3213 13
Mix Design
Carder Concrete
4/28/2025
32 13 13
Mix Design
Chisholm Tmil Redi Mix
9/9/2022
3213 13
Mix Design
City Concrete Company
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
1/29/2024
32 13 13
Mix Design
Estrada Ready Mix
9/9/2022
3213 13
Mix Design
GCH Concrete Services
5/20/2025
32 13 13
Mix Design
Glen Contracting Inc
6/20/2025
3213 13
Mix Design
Gilco Contracting Inc
10/4/2024
32 13 13
Mix Design
Holcim - SOR, Inc.
9/9/2022
3213 13
Mix Design
Holcim - SOR, Inc.
5/8/2025
32 13 13
Mix Design
Holcim - SOR, Inc.
4/5/2025
3213 13
Mix Design
Liquid Stone
11/2/2022
32 13 13
Mix Design
Martin Marietta
8/4/2023
3213 13
Mix Design
Martin Marietta
11/2/2022
32 13 13
Mix Design
Martin Marietta
5/22/2023
3213 13
Mix Desp
Martin Marietta
12/22/2023
3213 13
Mix Design
Martin Marietta
12/22/2023
3213 13
Mix Design
Martin Marietta
11/15/2022
3213 13
Mix Design
Martin Marietta
11/15/2022
3213 13
Mix Desp
Martin Marietta
9/9/2022
3213 13
Mix Design
Martin Marietta
9/9/2022
3213 13
Mix Desp
Martin Marietta
9/9/2022
3213 13
Mix Design
Martin Marietta
9/9/2022
3213 13
Mix Desp
Martin Marietta
9/9/2022
3213 13
Mix Design
Martin Marietta
6/3/2025
3213 13
Mix Desp
Martin Marietta
10/4/2023
3213 13
Mix Design
NBR Ready Mix
10/4/2023
3213 13
Mix Desy
NBR Ready Mix
7/10/2023
321313
Mix Design
Osborn
1/24/2023
3213 13
Mix Desp
Rapid Redi Mix
2/7/2025
3213 13
Mix Design
SRM Concrete
9/9/2022
3213 13
Mix Desp
SRM Concrete
5/23/2025
3213 13
Mix Design
SRM Concrete
10/24/2024
3213 13
Mix Desp
SRM Concrete
10/24/2024
3213 13
Mix Design
SRM Concrete
10/18/2024
3213 13
Mix Desp
SRM Concrete
9/9/2022
3213 13
Mix Design
Tarrant Concrete
9/9/2022
3213 13
Mix Desp
Tarrant Concrete
9/9/2022
3213 13
Mix Design
Tarrant Concrete
9/9/2022
3213 13
Mix Desp
Titan Ready Mix
9/9/2022
3213 13
Mix Design
True Grit Redi Mix
9/9/2022
3213 13
Mix Desp
True Grit Redi Mix
9/9/2022
3213 13
Mix Design
True Grit Redi Mix
6/12/2025
3213 13
Mix Design
True Grit Redi Mix
6/23/2025
3213 13
Mix Design
True Grit Redi Mix
10/9/2024
321313
Mix Design
Wildcatter
Q214IN27
4000 psi
1-3" Slump; 3-6% Air
TX C SF-YY
3600 psi
1-3" Slump; 3-6% Air
TX C SF -NY
3600 psi
1-Y Slump; 3-6% Air
40068
4000 psi
1-3" Slump; 3-6% Air
40825
4000 psi
1-Y Slump; 3-6% Air
40025
4000 psi
1-3" Slump; 3-6% Air
35023
3600 psi
1-3" Slump; 3-6% Air
40324
4000 psi
1-Y Slump; 3-6% Air
FW5520AMP
3600 psi
1-3" Slump; 3-6%Air
0255.2301
3600 psi
1-Y Slump; 3.5-6.5% Air
0260.2302
4000 psi
1-3" Slump; 3.5-6.5% Air
460.230M
4000 psi
1-Y Slump; 3-6% Air
360.230M
4000 psi
1-3" Slump; 3-6% Air
45CAF076
4500 psi
3-5" Slump; 3-6% Air
CM14520AE
4500 psi
3-5" Slump; 3-6% Air
6211
4500 psi
3-5" Slump; 3-6% Air
6311
4500 psi
3-5" Slump; 3-6% Air
6017
4500 psi
3-5" Slump; 3-6% Air
45US00BG
4500 psi
3-5" Slump; 3-6% Air
FWCC602021
4500 psi
3-5" Slump; 3-6% Air
CTFW6520A
4500 psi
3-5" Slump; 3-6% Air
45NA20H
4500 psi
3-5" Slump; 3-6% Air
265
4500 psi
3-5" Slump; 3-6% Air
365
4500 psi
3-5" Slump; 3-6% Air
R4560AEWR/
4500 psi
3-5" Slump; 4-6% Air
GCH4500
4500 psi
3-5" Slump; 3-6% Air
45HP1643
4500 psi
3-5" Slump; 3-6%Air
45HP 1629
4500 psi
3-5" Slump; 3-6% Air
5507
4500 psi
3-5" Slump; 3-6% Air
1851
4500 psi
3-5" Slump; 3-6% Air
545WA-Tl
4500 psi
3-5" Slump; 3-6%Air
C451D
4500 psi
3-5" Slump; 3-6% Air
R2146N35
4500 psi
3-5" Slump; 3-6% Air
R2146R36
4500 psi
3-5" Slump; 3-6% Air
R2146N36
4500 psi
3-5" Slump; 3-6% Air
R2146K37
4500 psi
3-5" Slump; 3-6% Air
R2146R44
4500 psi
3-5" Slump; 3-6% Air
R2146K44
4500 psi
3-5" Slump; 3-6% Air
R21461?36
4500 psi
3-5" Slump; 3-6% Air
R2146K36
4500 psi
3-5" Slump; 3-6% Air
R2147241
4500 psi
3-5" Slump; 4.5-7.5% Air
R2146236
4500 psi
3-5" Slump; 3-6% Air
R2146036
4500 psi
3-5" Slump; 3-6% Air
R2146242
4500 psi
3-5" Slump; 3-6% Air
R2146042
4500 psi
3-5" Slump; 3-6% Air
R2146K43
4500 psi
3-5" Slump; 3-6% Air
CLS P2-YY
4500 psi
3-5" Slump; 3-6% Air
CLS P2-NY
4500 psi
3-5" Slump; 3-6% Air
45A60MR
4500 psi
3-5" Slump; 3-6% Air
RRM6320AHP
4500 psi
3-5" Slump; 3-6% Air
45023
4500 psi
3-5" Slump; 3-6% Air
45000
4500 psi
3-5" Slump; 3-6% Air
45300
4500 psi
3-5" Slump; 3-6% Air
45350
4500 psi
3-5" Slump; 3-6% Air
45850
4500 psi
3-5" Slump; 3-6% Air
45050
4500 psi
3-5" Slump; 3-6% Air
FW6020AHP
4500 psi
3-5" Slump; 3-6% Air
FW60AHP
4500 psi
3-5" Slump; 3-6% Air
TCFW6020AHP
4500 psi
3-5" Slump; 3-6% Air
TRC4520
4500 psi
3-5" Slump; 3-6% Air
0260.2301
4500 psi
3-5" Slump; 3-6% Air
0265.2301
4500 psi
3-5" Slump; 3.5-6.5% Air
270.230
4500 psi
3-5" Slump; 3-6% Air
465.230H
4500 psi
3-5"Slump: 3-6%Air
365.230H
4500 psi
3-5" Slump: 3-6%Air
4520AI
4500 psi
3-5" Slump; 3-6% Air
Page 3 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 6/30/2025
Class HES (High Early Stren^th Paving)
9/9/2022
32 13 13
ix Design
Big D Concrete
14500AE
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
370-INC
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
375-NC
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
370-NC
4500 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix Design
Cow Town Redi Mix
380-NC
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
4575AESC
4500 psi / 3000 psi (il 3 days
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Holclm - SOR, Inc.
2125
5000 psi
3-5" Slump; 3-6% Air
...Concrete(Continues)
1/24/2023
32 13 13
Mix Design
Liquid Stone
C451DHR-A
4500 psi
3-5" Slump; 3-6% Air
4/7/2023
3213 13
Mix Design
Martin Marietta
R2161K70
6000 psi / 3000 psi na, 24hr.
3-5" Slump; 3-6% An
2/10/2023
32 13 13
Mix Design
SRM Concrete
50310
5000 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
SRM Concrete
40326
4500 psi / 3000 psi (il 3 days
3-5" Slump; 3-6% An
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW6520AMR
4500 psi / 3000 psi 3 days
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW7520AMR
4500 psi / 3000 psi 3 days
3-5" Slump; 3-6% An
Class S
Bridge Slabs, Top Slabs of Direct Traffic Culverts. Approach Slabs)
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
260
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
360
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
365-STX
4000 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 13
Mix Design
Estrada Ready Mix
R4060AEWR
4000 psi
4-6" Slump; 3-6% Air
5/3/2023
3213 13
Mix Design
Martin Marietta
M7842344
4000 psi
3-5" Slump; 4.5-7.5% Air
4/l/2023
32 13 13
Mix Design
Martin Marietta
R2146P33
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
3213 13
Mix Design
NBR Ready Mix
TX S-NY
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
32 13 13
Mix Design
NBR Ready Mix
TX S-YY
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Design
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
32 13 13
Mix Design
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
5/5/2023
32 13 13
Mix Design
SRM Concrete
D100008553CB
4000 psi
3-5" Slump; 3-6% Air
Concrete Base Trench Repair
4/l/2023
033416
1033416
IMix Design
(Bumco Texas
loYH50BF
I
I 1000 psi
(Flowable; 8.5-11.5%Air
9/9/2022
03 34 16
Mix Design
Borneo Texas
08Y450BA
800 psi
5-7" Slump; 3-6% Air
Controlled
Low Strength Material (Flowable Fill)
2/7/2025
03 34 13
Mix Design
Bumco Texas
01Y6901317
100 psi
Flowable; 9.5-11.5%Air
5/19/2025
03 34 13
Mix Design
Bumco Texas
OlZI80AF
100 psi
Flowable; 9.5-11.5% Air
9/9/2022
03 34 13
Mix Design
Carder Concrete
FWCC359101
50-150 psi
3-5" Slump; 8-12% Air
9/9/2022
03 34 13
Mix Design
Carder Concrete
FWFF237501
50-150 psi
Flowable; 8.5-11.5% Air
9/9/2022
03 34 13
Mix Design
City Concrete Company
11-350-FF
50-150 psi
Flowable; 8-12%Air
9/9/2022
03 34 13
Mix DesP
Cow Town Redi Mix
Mix# 9
70 psi
7-9" Slump; 8-11% Air
5/12/2025
03 34 13
Mix Design
Holcim - SOR, Inc.
3741
100 psi
Flowable; 12.0-24.0%Air
10/4/2023
03 34 13
Mix DesP
NBR Ready Mix
FTW FLOW FILL
150 psi
7-10" Slump; 8-12% Air
2/7/2025
03 34 13
Mix Design
SRM Concrete
910
150 psi
Flowable; 8-12%Air
9/9/2022
03 34 13
Mix Design
Tarrant Concrete
FWFF150CLSM
50-150 psi
Flowable; 8-12%Air
Concrete Ri}� R.?
4/1/2023
I313700
IMix Design
(Martin Marietta
R2141030
I
4000 psi
3-6%Air
13-5
4/l/2023
31 3700
Mix Design
Martin Marietta
R2146033
4000 psi
3-5" Slump; 3-6% Air
Slump;
AT
Prying
9/9/2022
32 12 16
Mix Design
Austin Asphalt
FT513 117965
FT5B117965 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Austin Asphalt
FT1B139965
FTIBI39965 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Austin Asphalt
FT113117.2
FT1B117.2 PG64-22 Type B Fine Base
5/l/2024
32 12 16
Mix Design
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
9/9/2022
32 12 16
Mix Design
Reynolds Asphalt
1112B
It 12B PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Reynolds Asphalt
1612B
1612B PG64-22 Type B Fine Base
4/4/2025
32 12 16
Mix Design
Reynolds Asphalt
2315B
2315B PG64-22 Type B Fine Base
12/5/2022
33 1216
Mix Design
Surmount Paving
3076BV6422
3076BV6422 PG62-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Surmount Paving
341-BRAP6422ERG
341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
64-224125-18 PG
64-224125-18 PG70-22 Type D Fine Surface
4/l/2024
32 12 16
Mix Design
TXBIT
344 MAC-SP-D 70-22XR
344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface
Detectable Warning Surface
9/9/2022
32 13 20
DWS - Pavers
Pine Hall Brick (Winston Salem, NC)
Tactile Pavers
9/9/2022
32 13 20
DWS -Pavers
Western Brick Co. (Houston, TX)
Detectable Warning Pavers
9/9/2022
32 13 20
DWS - Composite
Armor Tile
9/9/2022
32 13 20
DWS - Composite
ADA Solutions (Wilmington, MA)
Heritage Brick CIP Composite Paver
4/7/2023
32 1320
DWS - Pavers
ADA Solutions (Wilmington, MA)
Detectable Warning Pavers
Page 4 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 6/30/2025
Silicone Joint Sealant
9/9/2022
13 73
Joint Sealant
Dow
890SL
0SL - Cold Applied, Si a Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 13 73
Joint Sealant
Tremco
900SL
0SL - Cold Applied, Sing a Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
�32
32 1373
Joint Sealant
Pecom
300SL
�RoadSaver
0SL - Cold Applied, Single Component, Silicone Joint Sealant
EadSaver
ASTM D5893
9/9/2022
32 1373
Joint Sealant
Crafco
Silicone
Silicone - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
Utility
Trench Embedment Sand
9/9/2022
33 OS 1
Embedment Sand
Silver Creek Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Crouch Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
330510
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Tin Top Martin Marietta
Utility Embedment Sand
ASTM C33
Storm
Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13
9/28/2018
3305 13
Manhole Frames and Covers
AccuCast (Govind Steel Company, LTD)
MHRC #220605
MHRC #220605 (Size - **24" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Cover
Neenah Foundry
NF-1274-T91
NF-1274-T91 (Size - 32" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Covr
Neenah Foundry
NF-1743-LM (Hinged)
NF-1743-LM (Hinged) (Size - 32" Dial
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frame
Neenah Foundry
NF-1930-30
NF-1930-30 (Size - 32.25" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Covr
Neenah Foundry
R-1743-HV
R-1743-HV (Size - 32" Dia.)
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and CovwSIP Industries ++
2279ST
2279ST (Size - 24" Dial
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and Cov,.SIP Industries ++
2280ST
2280ST (Size - 32" Dia.)
ASTM A48 AASHTO M306
10/8/2020
3305 13
Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works)
EJ1033 Z2/A
EJ1033 Z2/A (Size - 32.25" Dial
ASTM A536 AASHTO M306
3/8/2024
3305 13
Curb Inlet Covers
SIP Industries ++
2296T
2296T (Size - ***24" Dial
ASTM A48 AASHTO M306
6/18/2024
3305 13
Curb Inlet Covers
SIP Industries ++
2279STN
2279STN (Size - 24" Dial
ASTM A48 AASHTO M306
**Note: Ali new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only he allowed for existing manholes that require replacement frames and covers.
Storm
Sewer - Inlet & Structures 33-05-13
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-lOx3-405-PRECAST** (Size - 10' X 39
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterm
FRT-lOx3-406-PRECAST** (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-lOx4.5-407-PRECAST** (Size - I O' X 4.5�
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-4X4-409-PRECAST-TOP (Size - TX 4�
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-5X5-410-PRECAST-TOP (Size - 5' X 5�
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-6X6-411-PRECAST-TOP (Size - 6' X 61
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')
ASTM C913
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-1 OX3-405-PRECAST INLET** (Size - 10' X T)
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG- 1 5X3-405-PRECAST INLET** (Size - 15' X 3')
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-20X3-405-PRECAST INLET** (Size - 20' X T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-4X4-409-PRECAST TOP (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-4X4409-PRECAST BASE (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5410-PRECAST TOP (Size - TX 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5410-PRECAST BASE (Size - 5' X 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5412-PRECAST 5-FT RISER (Size - TX 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6411-PRECAST TOP (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6411-PRECAST BASE (Size - 6' X 6)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6412-PRECAST 6-FT RISER (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pp Group
TPG-7X741I-PRECAST TOP (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-7X741I-PRECAST BASE (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pp Group
TPG-7X7412-PRECAST 4-FT RISER (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-411-PRECAST TOP (Size - 8' X 8')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pp Group
TPG-8X841I-PRECAST BASE (Size - 8' X 8')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 8')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pp Group
TPG-4X4408-PRECAST INLET (Size - 4' X 4')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-5X5-408-PRECAST INLET (Size - 5' X 5')
ASTM 615
3/19/2021
33 49 20
DroQQ bilet
Thompson Pipe Group
TPG-6X6-408-PRECAST INLET (Size - 6' X 6')
ASTM 615
8/28/2023
33 49 10
Mam�mOle
Oldcastle
Precast 4' x 4' Stacked Manhole (Size - 4' X 4')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box (Stze - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 4' x 4' Storm Junction Box (Size - 4' X 4')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 5' Stonn Junction Box (Size - 5' X T)
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 6' x 6' Storm Junction Box (Size - 6' X 6')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 8' x 8' Stonn Junction Box Base (Size - 8' X 81
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4�
ASTM C433
Page 5 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 6/30/2025
....Storm Sewer -Inlet & Sir tetures Continues
8/28/2023
33 39 20
Curb Her 10'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 15'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 20' x 3' Riser
Thompson Pipe Grol
Inlet Riser (Size - 3 FT)
ASTM C913-16
1/12/2024
33 49 20
Drop Inlet
AmenTex Pipe &Products
Drop Inlet (4' X 4)
ASTM C913
1/12/2024
33 49 20
Droq Inlet
AmenTex Pre &Products
Drop Inlet (5' X 5�
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 4'x4' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex P re &Products
Precast 5'x5' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
5' Precast Transition MH (4' MH on the top of 5' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex P re &Products
Precast 6'x6' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
6' Precast Transition MH (4' MH on the top of 6' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex P re &Products
Precast 8'x8' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
8' Precast Transition MH (4' MH on the top of 8' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
ArrenTex Pipe &Products
Type C Storm Drain Manhole on Box (4' MH on the top of RCB)
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
I0x3 Precast** (Size 10' x 3')
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
150 Precast** (Size 15' x 3')
ASTM C913
**Note: Pre -cast inlets are approved for the stage 1 portion of he structure (basin) only. Stage Hportion fi 4e structure are required to be cast in place. No exceptions to this requirement shall be allowed.
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021
3341 13
Storm Drain Pipes
Advanced Drainage Systems, Inc. (ADS)
ADS HP Storm Polypropylene (PP) P�'' (Size - 12" - 60")
ASTM F2881 & AASHTO M330
8/28/2023
3341 10
Storm Drain Pipes
Rinker Materials
Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)
ASTM C76, C655
8/28/2023
3341 10
Culvert Box
Rinker Materials
Reinforced Concrete Box Culvert (Sze - Various)
ASTM C789, C850
10/12/2023
3341 10
Storm Drain Pipes
AmeriTex Pipe &Products
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/12/2023
3441 10
Culvert Box
AmeriTex Pipe &Products
Reinforced Concrete Box Culvert (size - Various))
ASTM C1433,C1577
10/18/2023
3541 10
Storm Drain Pipes
The Turner Co.
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/18/2023
3341 10
Culvert Box
The Turner Co.
Reinforced Concrete Box Culvert (size - Various)
ASTM C1433,C1577
4/12/2024
3341 10
Storm Drain Pipes
Thompson Pipe Group
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
6/25/2024
3341 10
Culvert Box
Oldcastle
Reinforced Concrete Box Culvert
ASTM C1433,C1577
6/25/2024
3341 10
Storm Drain Pipes
Oldcastle
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
Revision
Comments
(1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's
(4-3-2025) Bigtown
Concrete
updated Mix ID's
(4-5-2025) 03 34 13 CLSM specification
Page 6 of 6