Loading...
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