Loading...
HomeMy WebLinkAboutContract 55356-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE, STREET LIGHTS, WATER & SANITA RY SEWER FOR WATERSBEND SOUTH PHASE 3B Betsy Price Mayor City Project No. 102847 FID 30114-0200431-102847-E07685 X-26605 Christopher P. Harder, P.E. Director, Water Department William Johnson David Cooke City Manager Director, Transportation and Public Works Department Prepared for The City of Fort Worth August, 2020 GOODWIN� __ MARSHALL� CML ENGINEERS -PLANNERS -SURVEYORS 2405 Mustang Drive Gtapevine, Texas 76051 (817) 329-4373 CSC No. 55356-PM1 00 00 10- 1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 1 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 2, 2014 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 45 11 Bidders Prequalification’s 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 25 Certificate of Insurance 00 62 13 Performance Bond 00 62 14 Payment Bond 00 62 19 Maintenance Bond 00 72 00 General Conditions 00 73 00 Supplementary Conditions 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents 00 00 10- 2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 2, 2014 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s Buzzsaw site at: htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 31 13 Chain Link Fences and Gates 00 00 10- 3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 2, 2014 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Exploratory Excavation for Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre-stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Dry-Barrel Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Blow-off Valves 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 HDPE Pipe For Sanitary Sewers (Gravity and Force Mains) 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 2, 2014 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 HDPE Storm Sewer Pipe 33 46 00 Sub drainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 13 Removing Traffic Signals 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 34 71 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements GeoTech Report END OF SECTION DIVISION 00 GENERAL CONDITIONS UTILITIES onai ��u U.AP RIU I-uHVI I'JL�' i ��I 3 �H.� � ���1 ���'�� (��� D:1P E31D I�ORNl Forestar (l'S:�) Real Estate Group Inc. T(�: 2221 N:. Lamar Bhd., Suitc 790 :lrlin�;ton, TX 76006 «'atcrsbend South Phusc 3B City Pn�jcrt 1028�17 Nu.: i _T _ _ _— --------- _ _ — - ------- Units Sectiuns: FID 3011-1-021111�31-102847-E:0768� \-26605 1. H:ntcr Into Agrccmcnt Thc undcctiigncd Biddcr rrc�E�c�s�� and a`�rces. if this Eiid is acrrrtrd. to rntcr into an :1`�rccmcnt �� ith De� rluprr in th� fonn inclu�lccl in th� Biclding Doc�uncnts tu ��crli�rm and t�urnish all ��%ork as s�iccificcl ur indicatcd in thc ('cmtract Ducumcnts tur thc l3id Pricc and ���ithin thc C�mu-act Timc indiratrd in this Bic1 �inc1 in arc��rclancr �� ith the othrr [crms and c��nditi��ns �it� thr ('��ntrart D��rumcnts. 2. BIDDF.R :�cknowled�;emcnts and Ccrtitication _'.l. In submittin`� this Bicl, E3i�ldcr accrpts all ut tl�c tcrms an�l cunditiuns uf thc [N�'IT:1TlUN TO F3IOI)HRS ancl INSTRUC'TIONS T(� lill)[)h:RS. inclu�iin�� �� ith��ut limitation thosc cicalin�s ���ith thc �1is��o�itic�n of E3id Bund. �.�. ���i�i�r;. a��arc ot�all casts ti� �irc>�i�lr thc rcyuirccl in�urancc. ��ill di� sc� ��cndin� c�mtract a��urcL and ��ill pru�i�lc �i �alid insuru�c� c�rtitiratc mcctin� all rcyuiremcnts in thc consU�ucti�m contract. ?. �. Biddcr ccrtiti�s ttiat this f3icl is �,rnuinc and n��t ma�ic in th� int�rrst ofur on b�half ot�an�� undiscl��src1 indi� icival ur rntitv and is not submittcci in cc>nfi�rmity ��ith any rullusi�r agrecmcnt ��r rulrs ��f an� �iruu�i, associatiun. ��r�sanizati�m. ur corp��ration. �.-I. Biddcr has n��t dircctly ��r indircctly inducccl i�r sc�licit��1 am othcr Biddcr tu sul�mit a falsc ��r sham E3id. ?.�. Biddcr has n��t s��licitcd c�r induccd anv indi� idual c�r cntit� to ntrain from hiddin��. ?.1,. f3id�lrr h��s nut cn�a�„cc1 in rorru�t. ti�auclulrnt. collusi��. c�r rucrci�c �racticcs in rum��tin�� tiir thc ('untract. For thc ��urno,cs ��f this Para��ra�h: a. "airrupt rrarti��" tn�ans thc �>t�tcrin��. ��i� in`�. r�c�i� in`a, or s��licitin`� of anvthing of� ��iluc likely tc� intlucncc thc Lll'tI0I1 Ot tl �UhIIC 11ttlClal in thc hiddin�T ��r<�ccss. CIiY OF FORT WORTH STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROIECTS 0041 00 Bid Form - DAP.doa Form Revised April 2, 2014 IIUJI IIII U.AI' BII) hUKVI I'acr 2 ul } h. "frau�lulrnt �rartirr" mc��ns an intcnti�mal misrcrrescntatiun ��t� tacts macic (a) t�i inllucncc thc biciclin;� prc�cc�s tu thr �i�trimcnt uFUc�rlc��icr (b) to rstablish F3icl Eirirrs at artitirial n�m-cc�mprtiti� � Ic� cls. e�r I c l t�� �iepri� c l�e� rI��E�cr ��f thc bcnrtits ut� frec and o���n crnn�ctitiun. r "collusi�c practire" mcans a schcmc ��r arran`�cmcnt hct��e�n t���u ��r morc E3i�1�1ers. �� ith �+r �� ith��ut thc kn�nti lcclgc �if �)c� clu�icr, a 4�ur�icnr uf' �� hich is t�� cstablish Hicl ��rirrs at artitiriaL nc�n-a�m�ictiti��e le��els. ci. "rurrci� c�ractirr" m�ans harmin� ��r thrcatcnin�� lll IIAi"Ill. (Ilfl'l'lI�' l)1' IllIIICCCII�'. �lll'til)tlti or thrir property tu intlucncc thcir participtltlUll IIl II1C bi�l�lin� proccss ur aftcct thr C\Cl'U[IOII ll� f�1C ��(lllll'�lCl. 3. Prcqualification Thc E3i�ldcr ackn�naled��cs that thc fi�ll���� in;� ���urk ty�cs mu,t bc ��crti�rmcd only b� �rcqualiti�d c�,ntracturs und subcontracturs: ��'ater und ��'aste��ater tie�� De�elopment, Rehabilitation, and Rcdc�clopment Opcn Cut (,-�II Sizcs) �. "I'imc of' Completion -1.1. 'I'hc �'ork �cill hc com�ilctc tur 1-inal ,<�rccptanr� �� ithin �3� �vurking �la}'s aitcr thr �1at� �ti hcn thc ('ontract Timr commrnres tc� run as prc�� idcd in the Gcneral C'��nditions. -�.?. Biddcr arcc}�ts thc pro� isi�ms of'thc A�rrccmcnt tu liquidatcd damagc�, it�a��licahlc, in thc c�cnt uf f�ailurc tu cum��lctr thc Work ;anclror �ichir�rmcnt of Milcstoncs; �rithin thr timcs s��ecitirci in thc A��rccmcnt. �. :�ttachcd to this Bid Thc ti�ll<n� in�� clocumcnts arc attanc��l t�� and madc a part c�f d�is Bid: a. This Bid Fvrm, Scctiun UO -41 0(1 b. Bid Bond (if�rcyuirc�l). Scrtion llO-�3 13 issucd by a surcty mcctin� thc rcc�uircmrnts �,Fthr Gcncral C��n�iitiuns. r. Pr���c�sal F��rm. Sccti�m UU -�� -�3 �i. 11F3E�. F�n�ms lifrr��uircdl e. Prcyualitication Statemcnt. Sectiun 00 -3� I? F. Any additi��nal d<�cumcnts that i��ay bc rcyuircd hy Scrti�m l� uFthc InsU•urti<�ns to E3id�lcr� g. Riddcr rrc-��ualilicatioi� application (untional) 6. 'I'otal Bid Amount (�. I. Hiddcr �� ill c��m�ilctc thc �Vcn•k in accc�rcicuicc �� ith thc ('onU�act Ducumcnts ti�r thc liill���� in« bid anx�unt. In thc spacr pru��id�d bclo���, please enter the total bid amount tor this project Only this fi�in•c �� ill hr rca�1 ��uhlicly hy thc ('ity .it thc I111I l)411I11I1�. (,.'_. It is undcrst��u�1 and a��rrrd by thc L3i�lder in si;�ning this prop�>sal that tlie t��tal bid amount cntcrc�l bclow is ,uhjrrt tu �critir�tion and ur nu�di�irati<m hy multi�l�in� thc unit bi�l priccs ti�r racl� pay itcm by thc resp��ti��c cstimatcd ��uantitics shu���n in this pruposal an�l thcn tc�taling.�ll ��t�thc ektcndcd am���mts. Cli'f OF FORi WORTH STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PRO1ECTti 0041 OU Bid Fn�m � DAP.dory Form Revised April 2. 2014 nU I I uU U\I' IiIU I I IK�I Pace } ��I i h.3. G�aluation ut ��Iternatr Bici Itcros usc this it'ar�licablc, othrn��isc dcictc � _ _ _ --- T�ital E3au Bid :�Itcrnate Qid ; Ue�lucti��c Alternute i Ad�iitivc Alt�rnatc �� TOT,aL RID 7. Bid Submittal 1�his f3i�i i, ;ubmiuc�l (ly submittcd, ; B}': "� {�_�/�/\ �1`�?--- � __ _ ISignature) � �05 �. �� a�.�. (Printcd Namc �C�QSi�lf� "1 �Titl�) Comrany: �'cnus Construction ' Address: 1-126 S. 19ain 1lansfield, T� 76063 Statc of Incoiporation: "Texas Email: �: Phon�: S 17-�177-2050 thc cntitv namrd bclow: $7�-i. I O6.3? �784,106.32 Rcrript is acknu�� lccl�sc�i t�t� the ti�llo�ving A�ldcnda: �da��,d���„ ��,. i Addrndum No. ? Addendum No. 3 Addendum tio. -4 END OF SECTIO� Initial CITV Of FORT WORTH STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROlECTS 00 41 00 8id Porm - DAP.docz Form Revised April 2. 2014 s�:crio� uo az a3 nccclnper Aa'ardcd Projcc�s - PIZOPOti;11. PUKh1 \U;itershend tinuth, Phasc 313, ('rtt Projcct Y IO�k47 l Vl'1' PRI('F: BIU Water Facihties 1 3305.0003 8" Waterline Loweri 2 3305.0109 Trench Safet 3 3311 0241 8" PVC Water Pipe 4 3312.0001 Std Fire H drant A 5 331 1 0001 Ductile Iron Water i 6 3312 0117 Connect to Existin 7 3312.2003 1" Domestic Water 8 3312.3003 8" Gate Valve Water Subtotal f'ro;cci Itcm In(ormauon Dr�cripliun I�<I��I 33 OS 10 �F 5.388 33 11 10, 3311 �F 5.388 mbl w! 6" Gate Valve & Valve Box 33 12 40 EA 4 n s wl Restraint 33 11 71 TON 1 W.L. Stub-out 33 12 25 EA 8 vices 331210 EA 104 33 12 20 EA t 0 11 3305 0109 Trench Safet 12 3305.0113 Trench Water Sto s 13 3331.3101 SDR-26 4" Sewer Services 14 3331 4115 8" SDR-26 PVC Sewer Pipe 15 3331,4f 16 8" PVC Sanitary Sewer Pipe wi CSS Backfill 16 3339.1001 4' Std Dia. �danhole 17 3339.1003 4' Extra Depth Manhole 18 9999.0002 Connecl to Existin 8" Sewer Sanitary Sewer Subtotal 33 01 31 LF 3.857 33 01 31 EA 15 33 05 10 LF 3.657 33 05 15 EA 6 33 31 50 EA 107 33 11 10, 33 31 12. LF 3,655 33 31 20 331110. LF 202 33 11 12 33 39 10, � 15 33 39 20 33 39 10, VF 18 33 39 20 00 00 00 EA � VP:VI;ti linit {'ncr ftid �'alur 53,606.44 $28,851.52 $0.14 $754 32 525.18 5135,669.84 54,19799 516.79�.96 $9.124.86 $9,12A.86 �530.49 54,243.92 $856.39 589,064.56 Si.215.t8 SS2151 AO 5267.91 $1,607.4fi $822 d4 $87,958.28 529.2? 5106,762.55 559.57 512.033.14 53.211.45 548.171.75 $249.99 54.494 �32 crr�n:,.�,r,i �s�,iani a����,��,i �,.�m �v.,..,u � 1,\NI)A1tI) C't �titi IRI.'C' IIi�N i�ll> I`H� �I V�A11 �I� VI�1 �)1'I�:li n1l',Vtl �i� I) I'HilJl l f� C�� 14��Kc� Y Il��N37 1'��initc�tmlA�ml�.:111� Ir�J`.il n„�r,.r..,i tiECT10\ 00 a2 43 De�clu�er A�vardcd Proiects - PRUPiJS:1L P(IItA-1 lNatersbend Soolh. Phase 3t3. Cih� Pruiect �� Io38d? l'\1'I' PRI('F. RID Pruicci Itcm Ir,Pomiation VENIiS Bidlut tipecitic;rtion Uni� nf 13id I)cscnplion l �ni[ Pncc k3i� \'aluc liem tiection Ko. Mcawrc Quantitv ['hc hid is submittcd b�• thc entin listcd hclo�� Comp.�n}•: �'cnus Cunstructioii I3�. Street Address: 1�126 S. tilain Pnnt �amc City, St�te, 'l.ip Code: �lansfield, TX 7(i063 �/��� 1'honc: 817-.i77-211.511 �nature Tiilr President natc 12-1-20 Contr•rctor aRrees tu complete �1'ORK for FI�:�L ACCI�;!'"1':�\C(�: �rithin �i ��orking da}s after thc datc ��hen F.ND OF' tiE('TtOti nrvuriner�.�uHru uo�.,,n�,.� �,��, ir.«w SfiWItAILUlf1V�IRI'C'fltl� Nf)I'It�ifh)SA1 �I)l:Vf.1111M:H i\K'ANlk�lll'NWI:I fS l0� ITya1 YIU2%17 1'�ymltnuul,\ I: :I�la I'^ �O i_` It FJwlfh�rnal WaterlSanitary Sewer/Storm Drain Facilities Subtotal 5766,778•25 UU-{� I I - I lill)UI.RS PRi t)t .\I II Il \ I I( )\ti P:i_r I ��( ; �E��T��)i� ���) �1 � � Hi��FRs �aF(�<<.auri���a�ri���s l. Summar��. ;�ll c��ntrarturs arr reyuirr�l to he ��rcyualitic�i h` thc City �ri��r to submittin`� bids. Tc� hc cli��iblc tc� bid thc conU�actur inust suhinit Sccti�m OIl -1� I�, I'it��ualitication Statcmcnt t��r thc «���rk typefsl listcd ���ith thrir E3id. nny rontractor ��r stihcuntractc�r ���h�� is n��t �rcyualific� li�r thc work ty�c�s► listccl must submit Scctiim UI) -4� 13, f3i�i�irr Prrqualiticatiun ���plication in accordancr ���ith thr rcquirrmcnts hclo�v. The prryualitication proccss �vill cstablish a bici limit busc�l un a technical r�aluutic>n and tinancial arnilysi, of thr cuntractor. Th� inturmatiun must hc suhmittcd sr�cn (7) �1ays �rior tu thc clatc cif thc opcning uf bids. F�ir c�amplc, a ccmtrictur �� ishing t�� submit hici� un �irojects tc� be opencd un the 7th of �lpril must til� thc ii�ti�rmatiun by the 3 I st dav c�f Ylarch in ordcr to bid on thr�c projccts. In ordcr to cx�cditc and facilitatc thc a����ru��al uf a Hiddcr's Pr���ualitication ���iplicati��n. thc tull���� in�� must accomrany thr suhmissiun. a. A romplctc sct of auditcd <�r rc� ic�� cd tinanrial ,tatcmcnts. ( I ) Classitird l3alanrc Shcrt (? ) Ina�mc Statcmcnt (3) Statcmcnt of�Cash Flo�rs f�) Statement of Retained Earnin�s (�) Nc>tcs t�� th� I-inancial Statcmcnts, it'an� b. ;� certitied cory of thc tirm's or`�anizatiunal ducuments IC'��r�ioratr Charter, :lrticles ol� Incorr��ration, ,Articics ul'Organiiatiun, Ccrtitica[c ��f� F�irmaticm, L[.0 Rc��ulations. ('ertiticat� of Limited Parmershi�i Agreement►. c. A cc�m�ilrtcd Bicldcr Prcqualiticati��n A��licati<�n. f � 1 Thr tirm's Texas Tazpa��cr ldcntitiratiun Numher as issurd by thr Texas ('rimE�tr��llcr ��I� Public :�cc��unt�. "��i� uhtain a �I�cxa� "I'ax4�a�cr ldcntitirati�m numbcr � isit thc Tczas C��m�trullcr of Publir Accounts ��nlinc at d�c ti�llc��cin�� ��rh addres, ������.��indu��.statc.t�.usitaxk�crmit and till c�ut thc appliration to anply for yo�u� Tcxas tax I l�. 1'-1 Thc tinn's �-mail addrrss and t.lti I1U111hC1'. 13) Thc tirm'� [�UNS numbcr as issuccl bv Dut� & Bradsn•cct. This numbcr is uscd by thr Cit}� tur myuired reporting e�n E=c�lcral ;�i�1 ��ro.jccts. Th� DIiNS numbcr mav hc ohtaincd at w�v���.dnb.com. CI. RCtiUI11Cti I'l'f�tl'iIIIL tI1C COI1tiICUCIII)Il CX(ll'Clc:�ll'l' l)f Illl' �I'llll'I�IICti l)t II1C tirm flll' tII'lllti suhmittin�� thcir initial rrcqualitiratian. Thcsc resumes shuuld includc thc sizc and sc���c uf thc ��'��rk pertbrmctl. c. Other intbrmaCion as requested bv the Citv. 2. Prequalification Rcyuirements a. l�'i�rcrnciul.S�irti�nren�.�. Fin�incial statcm�nt submission must br ��ruridcd in acrordanre �vith the ti�llo�� in��: ( I► '1'hc Citti rc��uires th2IL lI1C l)I'I�III�II FlI1�llll'IiII �l�ttrmcnt <ir a ccrtiticd c��py he submitted ti�r consid�ratiun. ( I I l I ll I UK I �'� UR Il I \�:urr;hrnd tinuth Pha,c ?13 Sl:�\f),\RI)C'ONtiTkl'C'IlO� til'f�.C'IFII',\Ilc�� I)(Jl'l \IF1IS C'ih Projcct .111'_\-1' Rr�ixd April _'. _'01-1 nn��ll_, Iill>I)I Rti I'Itl ��l \I II Ic \ I I� ��ti P:i_�i � u� ? ('_ ) To hc satisfactor� . thr tinancial statcmcilts must be auditcd or re� i��i c�i by an indc��rndrnt, crrtitic�l �ublic .icci,untin�� tirm rc��istrrcd an�1 in guoel stan�lin�� in anv statc. C'urrrnt T�xas statues also reyuirc that acc��untin�� lirm� ncrtin�min« audits �n� rc� i��� s cm husincs� cntitic, �cithin the Statc uf Trzas be E�ruprrl� liren,e�i ��r registercd �� ith the Tczas Statr Hc�ard ��f Public Accountanr�. (31 The accountin�� tirm shuuld stat� in the audit repurt ur rc��ie�c ���hether thr c�mtract��r i� an in�1i� iclual. a�rp��r.lU(111. l)1' Illlllll'lI Ililhllllb l'1/111�1311y'. ��1 Financial Statements nnist be presented in l:.S. �lollars at the cu►-rrnt rate of�cxchan`�c of thc Ralanrr Shcct datr. l� 1 The Citv ���ill not rrc����ni-rc any rertitircl public arcountant �►, indcE�cndcnt �ch�� is nut. in iart. indcprndrnt. ((�) The acr��untant's vpiniun �m th� tinancial statrm�nts of thc cunharting c��mrany shuuld stat� that thc audit ��r m� ir�� has hccn cunductcd in acc��rdancc �� ith auditin� stanciards ��cncr�lly arcrptcd in thc Unitc� States of Anurira. This must be stated in the accuuntin� tirm's ��pinion. It shuuld: ( � 1 c�prc�s an unqualiticd opinion. or I-') �xprrss a qualitird ���inion on thc statcm�nts takci� as �� ���h��le. (7) Thc Citv rescr�rs thr ri��ht to rcyuirr a nc�+ stutcmcnt at any timc. (Kl The tinancial statement must be �rep<�rcd as ��f th� last day e�f any m�mth. nut morr than onc � car old and must bc on tilr �� ith thc Citv 1(, months thcr�aftcr. in accurdanc� �1 ith Para�ra��h I. (9) Thc Cit� ���ill dctcrminr a conU�actur�s bi�l�ing capacity tbr thr rurr��scs of a��arding rontrarts. I3iciding ca��acity is cJctermine� by multirlying thr positivc nct ���orking capital (�rorkin� caE�it�ll - currcnt as�cts -c�u-rcnt Ii.ibiliticsl by a tactc�r ��f 1O. Only� th��sr statcm�nts retlrctin� a�c�siti�c nct ����rking carital position �>ill bc considcrcd satisfa�tury ti�r �rr��ualiticatiun rur��uscs. ( lU) In thc casr that a bidding datc talls ��ithin thc timc a nc�� financial statcm�nt i; bcin�� prrparc�l. th� �rr��ious statement shall bc u�xlated ���ith pruper �critication. b. Rrcicler l'rc�qiiuli/ircr�in�r .Ippliccrtiun. :�� tiici�lcr Prcyualitication ,��pplication must br submittrd alonr* �� ith auditrd or re� ic" ed tinancial statemcnts b�� tirms �t ishing tu bc rliLiblc tc� bi�1 �in all classrs ut�c�mstruction an�l maintcnancc pr�ijccts. lnrom�lctc r'1p�licatiuns ��ill hc rtjcctc�l. ( I> In th��sc snc�dulrs �� h�rr thrrc i� n��thin�� tu rcp��rt, thr n�itation of ..N�>ne" or "N :�" shuuld be in,erted. (�) i� I111111111U111 l)� � I\ l' 1� 1 rcfcrcnccs ��f rclatr�l �� urk must bc pror icJc�l. 1?► Suhmission ofan equipment schedule �+hich in�iicates eyuipment under [hr c�mU-<�l ol�thc Cuntrttct��r an�l ��hich is rcl�Ucd to thr tvrc uf �ti��rk fi�r ��hich thc C'untactor is scckinL pmyu�iliticati��n. The schc�lulc must includc thc manutacturcr. nu�dcl and gcncral cumm�m dcscri��ti��n uf cach �icce of eyuipment. :lbbrr� iations or mrans uf dcscribin� cyui�mcnt ��thcr than pro� idcd abc�� ��ti�ill not hr ac�c��tcd. 3. F:li�ibilit� to Bid a. �I�h� C'ity shall bc thc �ulc ju�1��c as tc� a cuntrartur's prcyualitic:atic+n. b. Thc ('ity may rcjcct. susncnd, or nu�dit} am prcyualitication ti�r tail�n�c hy thc runtructc�r t�i dcmunstratc acrcptablc financial abilit� ur perti�rmanrc. c. Thc C'ity ��ill issuc a Icttcr as to thc status ��t�d�c }�i'cqualiticatiun ap}�ro�al. ('lll' uF F(1K1 �CUR I II \\,urr.hrnd tiauth Ph:ur 3B STA11):�RI) C(IKSIR��( 11l)1 tiPf�.('IFII�:A Il(�� UOCl�\1E\l�5 C'ih Prujcc� -111'!t.1, Rc�i�cd :\pril _'. _'01�1 IIUJ� II -; lill)I)I.RtiPRII)l \IIII(:\IIl)\ti P'���� ? u( ; �i. If a conh'actor has a �ali�1 prc��ualificati��n Icttcr. thc ronU�actor �yill hc cligihle tu bid thc prryualiticd ����rk typcs until thc cxE,irati�m dcatc st�lll'lI IIl lI1C Ictt�r. E�D OF SECTIO\ ('I Il 1 �I FuK I �'� c llt I 1 I \\ ;urr;hcnd tiuuth Ph:i,r ;I; Sl :\\I):\RI) CUNS I RUC1lUN tiPf'.('IFIC':� Il( �\ U(1C l �IfiK IS C ii� Projcct � I11_'�t-l? Rr� i,xd :\pril '. �01 �1 - IIII �� I � �)\����H�III \��I'll \1111\ti��\��'\���\� Pac�• I ul 1 SEC'I'IU\ 00 -t5 12 Di\P PRI:(�l;.�LIFIC'�ATION ST;�Tt:N1L:NT Fach Biddcr is rcquircd t�� comrlctc thc infi�rmatiim hcl���v h} icicntifyim� thc nrcqualiticd contractors an�l c�r subc��ntrarturs ��•hum th�� intcn�l t�� utiliz� fOf Illl' lilil�l)1' �\'l1fl� i\'�ll'�ti) IItiICC{. IIl iI1C ��M�ilur W�>rk Tti pc" b�iz pro� idc thc c�nnpictc maj��r «ork tv�c anci actual �lcscription as pru� idccl hy thc �'�'atcr DcpAfhlll`Il[ tOI' �1'.IIII' i111tI 5C�1'l'f iIIICI TP��' ti�r pa� in��. M�ij��r Wurk Type Contrartur Subruntractor C'ompan� Name Pr�qualitication E�nirati�m Dat� Wat�cr and Wastc���uter Nc�v [)r�cl�inmcnt. Rchabilitation, and Rcdc��elu�iiz�cnt Orcn Cut (-�Z" �ind un�lrrl Vrnus C'onstrurtian OK � 3 I f?02 I The undersi�n��l hcrehy certities that the cuntractc�rs a�u1 or subcontc�ictors �lcscribed in thr table ahove arc rurrcntly prcyualilic�l fin� thr �vork ty��rs listccl. BIDDH;R: �'cnus Construction 1�26 S. �lain llansfield, "1'\ 76063 817--177-2050 Bl': - �— (Sit�naturc) � N,AMG TITLE: pS� �,(�� ` 1`'� s� ""''�� DATE: ) EVD OF SEC"flOh CITV OF iORT WORTH Waters6end Sou[h Phase 38. City #102847 STANDARD CONSTRUCTION PREQUALIPICATION STATEMENT - DEVELOPER AWARDED PROJECTS 00 45 12_Prequal Statement Form Version September 1, 2015 an-�� �i,_ i l c i� I R:\l IOI< c'( ��IPI.I:\hl l\\ I Il I �� c �kkl R'ti ('� i\IPI \S \ I I� �� I.\\1 P,i �c I ul I sEc�Tio!` Oo -ti; Z% C'ONTRA('TOR C'OMPLIANCE�. WITFi W'ORkF�.R'S C'OMPENSATION L.AW ['ursuai�t t�� Tczas Lah��r ('��dr Scction -�Il(,.Oy(,�a), as amcnded, ('ontract��r rcrtiti�s that it rrc�� i�lcs ��i,rkcr'; a�m��cnsatiun insurancc cu�cra�sc �i�r all ��t� its cm�iloyccs cm�loyc�t on C'ity Pr��j�ct Nu 1028�37 .('�,nu�act�,r tiu-thcr crrtitic, thllt. �lUl'tillillli t(1 Tl`Silti Lahur C'��dc. Scrti�in -4U1,.(19(,�h), as Allll'IICII(I. Il �VIII �lfl)� ICII' t�� ('ity its suhcunu�a�t��r's ccrtiticatrs ��f l'OI11rII�lI1CC \1'lill �1'OI'I�Cf�ti Cl)I11j1CIltiliTll)Il l'O�'Cfll�t. CO\TR:ICTOR: ��cnus Construction Company 1�26 South �lain \�iclrrss �ianstield, 'T\ 76063 Citv Statc 7.i� TI IL: STATE OF Tt�X��S COl�tiTl' OF' T�1RR;�NT F���:��� ��� (Please Print) Si`�nature: � � Titic:��� 5� U�eH�� RE:FORf�thr un�lrrsigr �,�•�i,authorit�. cm thi. dav ��rrsonally ap��rarcd J�S4� t`(1.e1�dG, . kn����n to tnc to hc thr ��erson t�•hosc nantc is suhscribccl t�� thc tin�c�;��in� instrumrnt, ancl ackn�i�� lcclgcd to mr that hc shc cxccutcd thr samc as th� act an�1 �iccd of �e1��S (jnv��.� ���r���r thc ��ur��oscs and c��nsicicrati�m thrrcin rxprrsscd and in thc aiparity thrrrii statc�l. �� GIVk�:N UNUF�:R �11' H,AND .AN[) Sf-:AL OF OFFI('F: this � day ��f� �v�i.Y �oal .� — - = :�s'"•�{ "a�"' VANESSA RENFROW * My Notar� ID # 125692814 ;• �: '. '�'•.....•'+�;` :�F �� ,�,: Expires July 28, 2023 ('IIl'�ll 1(lRI \1ORI11 c� i otary Public in anc �>n c� Statc of Tcxas E:VD OF SECTIOI� Sl:\\I>:�RI)CU\SIk1 CllO\ tiPI IlFIC11l(�\ I)UC'C�I1 \lti Rr� ixd :\pril _'. 'll l-1 \ti a�crsbcnd Suu�h I'h:�sr 313 Cit� Pmjcct xlll'_8-l? (lll>'��- I Ih�rluper:l��;inl�d I'rujcct Agrecm�nt Pacr I ul'-1 SEC'TIOti UO 52 43 ACiRF.E:N11=N�t� THIS .aGREE:�IEVT, authc�rii�d un is madc b� and bct��ccn th� Dc��l��rcr. Forestar (l S:�l Rcal Estate Gruup Inc. auth��rizrd tu do busine�s in Tcxas anci ('��nU��ictc�r. �'enus Construction auth�n�ired to do busin�ss in �Icxas, actin� hv ancl thruu��h its �lul� nuthuriic�l rc��rrscnt.iti�c. Dc��l�,��er an�i ('untract�ir, in cunsid�rati��n ��f thc mutual co�enants hcreirrift�r sct ti�rth, azree as f'oll�»��s: :lrtidc L ��'ORK Cc�ntracCur shall c��mplrtc all W�irk as speciticd ur in�liratc�l in the C'�mtrict U��cuments ti�r thc Pr�>jrrt idcntificd hrrcin. Article 2. PROJECT Thr E�rojrct ti�r «hich thc ��l)I'�i U11(�c:l' I�l� C�l1IlTfill'T Dlll'Ullll'Iltti Il1t1V �1C tI1C �\IIOI� llf 11IlI�' [I �lifl'I Iti �cncrally drscribcd as fi�llo��s: If irtc•rshend South Phase 3B ('itt• P��ojcct #l028�l;' F/D .i(ll 1-t-02/IO-�31- lll?8�?-Ell'68 i .1'—Zbhlli :articic 3. CO\"I'RAC"I' "1'IME: 3. I I�imr is c�f� thc csscnrc. ��II timc limits ti�r Milcstonrs, if any, an�i Final ;�ccc�tancc as statrd in thr C'untract Documcnts arr uf thc csscnce t�� this Cc�n[ract. 3.? F inal .�rccF�tnncc. Thr \'1 urk �ti il l bc cum�lctr ti�r Final :lccertancc �� ithin �4� �rurkin`, da��s �itter thc �iatc ���hcn thc C'ontract Timc e��mmcncc� t�> run ��s pr�,��idccl in I'ara�ra�il� 1?.U4 of thc Stan�iarcl Citv Cunciitions ��f thc C�mstructicin C'ontrart ti�r (h�rlu��cr ;1���u-dcd Prujccts. ;. ; Liytiidated damagrs Contractur rcr��`�ni�rs that timr is uf thc csscncc of this :��rcrmcnt and that Dc«luper �� ill suftcr tinancial Ic�ss if thc Wurk i� nc�t cc�m�lrtr�l �� ithin thr timcs sprciti�ci in Para�T�a}�h ;' ab���c. 4�lus any cztcnsicm thcrcof allu�� ed in accurdancr �� ith Articic 10 c�f thr St�tnclar�l C'it� C'uncliti�ins �>�� th� C'onsU'uclicm C'unU��ict fi�r I)c�cl���irr A��ardccl Pruject.. The C'untract��r also reco�*nizes the clelays, esE�ense and difticulties imul�ed in ��r���ing in a Ic�al proccc�lin�� thc artual Ic�ss sut�fcrrcl b} thc I)c�clu�rr if'U�c Wc�rk is nut ec�mplcte� c,n tinu. �lccurdin��lv, inste��d uf reyuirin�� �u�� such prouf . Contractur a`�rees that as lic�uidat��i dillllagcs fiir drlay (but not as a ��cnaltyl. C'��nh-actor �hall Eiay De�elop�r Twu Hundred & Fif't� Dollars (�250.OU) ti>r earh day that c��ires altcr thc timc sEicciticd in ParagraEih �? ti�r Cinal Accc�itancc until the ('ity issucs thr Fin�►I Lrttrr uf t�cccpt�incc. ('I fl UI POR I �\ UR I I I 1�:itrr;hrnd tii,uth Pha,r ±B S�I:\\I):\IZI)(�Until�Rl'(�llOi�SNI�.(�II�II�:\I�II)�UUl�l�hlf-.nl�ti I)I-��I�I.(11'I�li:\\1,\Itl)I�I)I'R(1.11�.(�I�ti l�ihPrujrrt`III_'K-l7 Rr� itictl lunr I h. _'l l l b un;,3;_, i)r�cluprr:��card«I Pruj�ct Agrcrmcnt P;icc _' uf � Article -t. COVTR:�CT PRICE Dc��cl���cr a�rcc, to �ia�- ('�mtrart��r tix perfi�rmanrc �,f thc ��1'��rk in acr��rdancc ���ith d�c C'ontract I)��rumcnts .in anwunt in curr�nt Funds uf Se��en Hundred Eizhh Four't'housand Une Hundred Siz & 32/100 Dollars (�784,106.32) :�rr��i� s. c�o��rk:�c�r r�ocu��H:��rs �.I C'UNTENTS: ,�. The ('ontrart Documents ��hich rum�rise the cntire agreement bet��c�n De�elo�er and C UI1lYiil'll>I" CUlll'CfIIIII�� thr Wc�rk consist uf thc tiill�nving: I. This A�reement. �. ;�ttachmcnis tu this ,1��rccmrnt: ��. t3i�1 Furm �.As pn�� idcd by Dr��clu�crl 1 ) PruE�usal Furm (DAP Vcrsi�>n) �1 Prrc�ualifir�ition Statemcnt 3) Statr and �cdcral ducumcnts 1/��•njt�c•l.�y�eci/ic•1 b. li�surancc ACURn Form(s) r. Paymcnt B�md fDAP Vcrsi��n► d. Pcrtiirmancr Bund (D,qP Vcrsion) e. Maintcnancc Bond ( D:�P Vcrsiun 1 f�. Po�vcr ol�:�tt��rncy fi�r [hc Eiunds g. W��rkrr's C'om��rnsatiun :�t�tidarit h. h1f3F. andiuc SE�F. C�nnmitmcnt Form (It�rcyuircd) �. Stanclar�l City Gencral Conditions ��f thc Constructiun Contract fur Dcveloprr A��ardcd Prujcrts. 4. Supnlementary Cunditi�>ns. 5. SE�ccilirati�>ns srccitically maclr �i �art ��f thc ('ontrict D��cumrnts b� attachmcnt or. if nut attached. as incurporatcd bv refrrrncc anci �lesrribecl in thc Table e�f' ('ontcnts �it�thc Prujcct's Contract D��rutncnts. 6. [)ra«�ingti. 7. .Addcn�la. l�. [)��cumcntati�m suhtnit[cd by C'cmtractor ��ri��r to Nuticc ot�,4���ard. �). Thc ti�lle�win�� �� hich may bc deli� cred �>r issued attcr the L• t'tecti�•c Datr uf the A�srccmcnt and, if issucd. bccumc an inccn-E�oratcci rart of�thc ('unU-act Documcnts: a. N��tirr to Pro�ccci. l�. Ficld Ordcrs. c. Chan��r Ordcrs. �1. L�ttcr ��f� Final AcccE�t�ncc. ('I Il' UI F( )K I �\'( IR I1 I �\ atrr:hrnd tiouth Ph:ur ;13 til \\I):\lil)('(1KSIItI ('II(ln tiPl ('ll l(',\Il(�V I)Ol'l 11F�Iti -I)I �'I.L(lPI R:\��:\Itl)I I) I'ItUJI.('Iti l'i1� Projrcl ��111_'�1� Rr� i�cd Junc I h. ?I11 f� nu �' -1; - - Ih�clurcr:��card�d Prajrci �gr�cntcnt P'icr 3 ��I -1 Article 6. ItiDF.:�1:�i1F1(':�TIOti 6.1 Contractor co�enants and a�rccs to indemnif�, hoid harmlcss and dcfend, at its o��n expense, the cit�, its officers, ser��ants and emplo��ees, from and ��ainst an� and all claims arisin�* out of, or alle�ed to arisc out of, thc ��ork and scr�iccs to be perf'ormed h� the contractor, its officers, agents, emplc►�ees, subcontractc►rs, licenses or in��itees under this contract. T'his indemnification pro��ision is specificall� intended to operate and bc ef'fecti��e e��en if it is alle<�ed or pro��en that all or some of' the dama�es beinz sou<�ht wcrc causcd, in wholc or in part, bc an� act, omission or ncL���dencc of thc cit��. This indemnih pro�ision is intended to include, ��ithout limitution, indemnity for costs, expenses and Iegal fees incurred bc the cih in def'endin<,; against such claims and causes of �ctions. 6.2 Contractor covenants and agrees to indcmnif�� and hold harmlcss, at its own expense, the cit��, its officers, ser���nts and emplo�•ees, from and a�;�inst an�� and all loss, duma�;e or dcstruction of properh of'thc cit�, arising out of, or allc�ed to arisc out of, thc ��ork and ser� ices to be performed b� the contr:�ctor, its ofticers, ��ents, emplo��ees, subcontractors, Ill'i11SCl'S or in�•itees under this contract. This indemnification pro��ision is speciticalh intended to operate and be effecti�•c e��en if it is ulle��ed or pro�en that all or some of the dama�es bcin� souzht ��erc caused, in ��hole or in part, b�� �n� ��ct, omission or ne��li��ence of'the citv. :�rticle 7. :�IISCEI,L.1VEUl;S 7.1 Tcrms. �Tcrm� uscd in this Agrccmcnt �u�c dctinrcl in Articic I u�� thc Standar� C'ity C'un�litic�ns of th� Constructi�m Contract for Uc� cloper :��� ardccl Prujcrts. 7? ,Assi�nmcnt ��f('�mtract. This ,��grcrmcnt. including all ut� thr CunUart Dc�cumcnts tnay n�>t hc assi��n�d hy thc C�mtrart��r �cithuut thc a�l�anrecl expr�ss ��ritt�n conscnt �,t�thr Dr�clup�r. 7.3 Succcssors and Assign,. I)c� cluE�cr an�l Cuntractur rach bin�ls itscll�. its nartncrs, succrs���rs, a�signs cincl lcgal t'l'41fCSe1ltitti� CS tu tftt OtltCf (1f11't�' I1Ct'c'tu, ill I"CS�ItCt tl� tt�l Ct�\'CtlAllts. tt�t'lCtllttlts Atll� obligatic�ns contAlllC(� IIl lI1C C�lllllf�tl'I DOCllllll'lllti. 7.-� Sercrabilit�. Any pro��ision ur part of thc ('ontcart Ducwi�ents held Cu be unc�mstitutional. ��uid or unrnti�rrrahlc hy a cuurt uf� am�Fictcnt juris�iictiun shall bc �lrcmcd sU�ickcn, and all remaining pro��isions shall continue t�� be ��alid ai�d hinclin� upun DL:VELOPC R and C'ON-�RACT( )R. 7.� G���crning La�� �►nci Vcnuc. This A��reemcnt, includin�� all ot� the Contrart Documents is �erti�r�l��able in the Stnte of fcxas. Vcnuc �hall hr farrant ('��untv, I'cxas, ��r thc Unitrd Statcs I)istrict C'uin�t tin� thc '�iorth�rn Distrirt ofTexas, Fc�rt V1'orth Di�ision. ('I fl� ( �P fuK I\�'URTfI \1�:itrr,hcnd S�,uth Phtuc ?R til:\\I):\RI)C'l��tilRl'('"Ilc)� tiPl,('ll l('AIIUV I)uC'l �lll�"Iti I)I �'I I ciPl R 1\\ \Itl)I I) PRl�lf('lti ('ii� Pruj�ct::lll?��1? Rr�i,cd lunc Ih.'U16 Kevin LazaresInvestment Director1/11/21 � DATE(MM/DDIVYVY) '`���R�� CERTIFICATE OF LIABILITY INSURANCE liei2o21 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTAN7: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s�. PRODUCER NAME: Siyd SiV Pitts Birdsong Bonds 6 Insurance PHONE (469)358-4710 Fqx ac o 1: A/C, No : 12770 Coit Road E-MAIL ssiv@pittsbirdsong.com ADDRESS: Suite 1220 INSURER�S) AFFORDING COVERAGE NAIC a Dallas TX 75251 INSURERA:BITCO National Insurance Com an 20109 INSURED INSURER B: TTdVE12L'9 Pro ert Casualt Insurance C 36161 Venus Construction Co., Inc. iNsuRERc:Ironshore S ecialt Insurance Co an Midlothian Machinery, LLC INSURERD: PO BOX 9O INSURER E: Mansfield TX 76063 INSURER F: COVERAGES CERTIFICATE NUMBER:CL2041507020 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCF LISTFD BELOW HAVE BEEN ISSUED TO THE INSURED NAA4ED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM pR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES IIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIP4S. INSR TYPE OF INSURANCE ADDL SUBR POL�CY EFF POLICY EXP LTR POLICV NUMBER MM7DD/YYYY MM/DDlYYYY LIMITS X COMMERCIAL GENERAL LIABILI7Y [ACH OCCURRENCE S 1, 000 , 000 DAMA ET RENTED 100,000 A CL41P.1S-k1ADE X� OCCUR PREMISES Ea octurrencel 5 CLP 3693300 4/16/2020 4/16/2021 MED EXP (Any one person) 5 5, 000 PERSONP,� 8 ADV INJURY 5 1, 000 , 000 GEN'LAGGREGATE LIMITAPPLIES PER GENERAL AGGREGATE g 2, 000, 000 POLICY � jE � � LOC PRODUCTS - COMP�OP AGG 5 2, 000 , 000 OTHER En�p!oyeP Benefits S 1, 000 , 000 AUTOMOBILE LIABILITV C06181NED SINGLE LIMIT S 1, 000 , 000 �Ea accident A X APlY AUTO BODILY INJURY (Per person) S ALL O`AiNEQ SCHEOUI Ff1 �,pp ,j693'l99 4i l6/2020 d/16/20?1 BODILY INJURV (Per acCitlentl 5 AUTOS AUTpS NGtJ-0':"Jt16L` PROPERTY DAh1AGE 5 HIRED AUTpS qUT05 Per acc�tlent C�nip-Coll DeAur.lible $ 500 7{ uMBRELL,4 LiAB X q�r��R EACH OCCURRENCE 5 8, 000 , 000 B EXCESS LIAB CLAIF.15-AIADE AGGREGATE 5 8, 000 , 000 DED X RETENTION 5 10,000 ZUP15T81009-19-NF J/16/2020 4/16/2021 5 WORKERS COMPENSATION X PER OTH- AND EMPLOYERS' LIABILITY y� N STATUTE ER ANY PROPRIETOR;PARTNER.E%ECUTIVE E L EACH ACCIDENT S 1, 000, 000 OrFICERh1EA1BER EXCLUDED^ N❑ N� A A (MandatoryinNH) Wc 3ae329e 4/16/2020 E/le/2o21 EL DISEASE-EAEM1IPLOVEE S 1,000,000 If yes. descnbe under DESCRIPTION OF OPERATIONS belo:: E L DISEASE - POLICY LIMIT 5 1, 000 , 000 A LEASED/RENTED EQUIPMENT CLP s69J300 4/16/2u2ti E/16/2UY1 LIF.1�r 650,000 C POLLUTION LIAHILITY 00<0520U1 A/16/2020 C/16/2021 Llhiii 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Atlditional Remarks ScheCule, may be aHached if more space is required) Project: Watersbend South, Phase 38. City Project #102847. The City of Fort Worth, its officers, employees and servants are additional insureds for general liability and aUtomobile liability on a primary and non contributory basis. Waiver of Subrogation in favor of the City of Fort Worth applies as respects workers' compensation coveraqe. CyX31i3[�11�LiI��1� 7 CITY OF FORT WORTH 1000 Throckmorton Fort Worth, TX 76102 C�I:Ti[�i���I�L�P SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) INS025 �zoiaai� _ ' . _ �i`�( � �'�i0 . �. O 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD oa�6z i3�- � PERFdRMANCE BOND Page 1 of 2 Bond Number: CA3714771 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: That we; Venus Construction , known as "Principal" herein and, . Great American Insurance Company , a corporate surety(sureties; if more than one) duly authorized to do business in the State of `Cexas, known as "�Surety" herein �(whether one or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group Inc. , authorized to do business in Texas ("Developer") and the City of Foirt Worth, a Texas municipal corporation ("City"), in the penal sum of, Seven Hundred Sixty Six Thousand Seven Hundred Seventy Ei�ht & 25/100 Do(lars ($766,778.25 ), lawful money ofthe United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally; firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of � community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 20-0088 ;and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the day of , 2020, which Contract is hereby referred to and made a part hereof for all purposes as if fWly set forth herein, to furnish all materials, equipment labor and other accessories defined by law; in the prosecution of the Wark, including any Change Orders, as provided for in said Contract designated as Watersbend South Phase 3B. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Cliange Orders, under the Contract; according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or Gity, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO.IECTS Ciry Project�! 102847 Revised January 31, 2012 006213-2 PIiRPORMANCI[ 13UND Page 3 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code. as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 2020. PRINCIPAL: Venus Construction B1'��1.� l Signature � AT �p S� �� �Y� S�(' {�,�/ rinci al) Secretary Name and Title i ess as to Principal Address: 1�26 S. Main Mansiield, TX 76063 SURETY: Great American Insurance Company ,/ � — a�': � C �� �' 1�!i Sign ure Lloyd Ray Pitts ir - Attorney-In-Fact Name and Title ,qddress: 2435 N. Central Expwy, Suite 6U0 Richardson, TX 75080 Telephone Number: 972-437-7195 *Note: If signed by an officer of the Surety Company, there must be on file a certitied extract from the by-laws showing that this person has authority to sign such obligation. If Surety"s physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF I'OR"1� WOR'I'l l STANDARD CITY CONDI"�IONS — DEVLLUPER AWARDED PROJEC'I'S Rc��ised .lanuary 31. 2012 Watersbend Soud� Ph�se 36 City Project # 1028d7 00 62 1 �3 - 1 PAYMENT BOND Page 1 of 3 SECTION 00 6214 PAYMENT BOND Bond Number: CA3714771 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Venus Construction , known as "Principal" herein, and, Great American Insurance Company , a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar (USAI Real Estate Groua Inc. , authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation (`City"), in the penal sum of Seven Hundred Sixtv Six Thousand Seven Hundred Seventv Eight & 25/100 Dollars ($766 778.25) , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors; administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of com�nunity� facilities in the City of Fort Worth, by and tlu•ough a Community Faci�lities Agreement, CFA Number 20-0088 ; and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the day of , 2020, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equip�nent, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Watersbend South Phase 3B: NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such tl�at if Principal sha]] pay all �nonies owing to any (and all) payment bond beileficiary (as defined in Chapter 2253 of the Texas Government Code; as amended) in the prosecution of the Work under the Contract, then tliis obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF EORT WORTH Watersbend South Phase3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJEC'i'S City Project #]02847 Revised January 31, 2012 � 00 62 14 -' PAYMLN"I' [3ONU Page 2 of 3 This bond is made and executed in compliance with the provisions of Chapter 2?53 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and ofticers on this the day of , ?020. PRINCIPAL: Venus Construction AT T: (Principal) Secretary d�� Witness as to Principal ATTEST: � i������ � � (Surety) Secretary Melissa Pitts /� .� Witness to Su Jor A Pitts Bv���, �.���� Signature �s�- t1\e �V'eS�C��� Name and Title Address: 1426 S. Main Mansfield, TX 76063 SURETY: Great American Insurance Company BY: J�,/� � �6 � � :i Signatu e Lloyd Ray Pitts Jr - Attorney-In-Fac'r Name and Title Address: 2435 N. Central Expwy, Suite 600 Richardson, TX 75080 Telephone Number: 972-437-7195 Note: If signed by an ofticer of the Surety, there must be on tile a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CI'fY OI� I�OR'I' WORTH Watersbend South Phase 3I3 S'1�ANDARD CITY CONDI'I'IONS — DL-'VGLOPER AWARDFD PROJ�CTS City Project # 1038d7 Rc��ised .lanuan� 31 _ 2012 006214-3 PAYMENT BOND Page 3 of 3 CITY OP FORT WORTH Watersbend South Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 102847 Revised January 31,2012 GREAT AMERICAN INSURANCE COMPANY� Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 �I�he number ol�persons authorized b�� this po���er ot�attorne�� is not more than T1N0 Na 0 20935 PO��'ER OFATTORtiF.I' K\0���:�1.L11N:1131�"I'IIh:SF,PRN:SN:A'1'S: �I'hattheGRIiATAMI?RICANINSIIRANCHCOMPANY,acorpurationurganizcdandezistingunder and by� virtuc of thc la���s of the State of Ohia does hcreby nominate, constitute and appoint the person ur persons named belo���, each individualh� if more than une is name�. its truc and la��ful auume�-in-fact. �iir it and in its name. place anJ stca� to e�ecute on behalful�the said Cumpam, as surety. am and all bonds. un�crtakings and cuniracts of surch�ship, ur uther �vritten obli�atiuns in thc nature thercut�: pruvided that the liability� of the said Company on am� such bond. under[aking or contract ofsureh�ship executed under this authuri[�� shall not esceed the limit stated belo���. Nantc nddress Limit of Po�ticr LLOYD RAY PITTS, JR. BOTH OF BOTH WILLIAM D. BIRDSONG DALLAS, TEXAS $100,000,000 I�his Po���er ufAtturne}� re��ukcs �II pre��ious po�vers issued un bchalt�of the attorne��(sl-in-fact named abuve. IPJ �l ITNI,SS �1'I IIR[iOF the GRF.A"I�AMF=.RICAN INSURANCE COMPANY has caused these presents to be signed and at[ested by its appropriate oi5c�•r�: and its ci��wratc scal hcrcunlu ut7izcd this 10TH da� of DECEMBER . 2020 Atte,r GREAI AMERICAN INSU ANCE COMPANY ,,,' '�i���� Y � `,`�1 ♦'�F �` � � �. � J J . -.__.__ ��''� v l� .a c.;m��um.ti'rcnv��n' h�ri.ciunul ,1'r�riur I Ycr !'�r.cident �S'I�.-�.I'f: :)F OFllt?. l'OUNTY OI' HAMIL.'I�ON - ss: nnaRK vicaaio �an-sn-2aos� pn ;�>i� 10TH da}� of DECEMBER 2020 , before me personally appeazed MARtt VICARIO, to me laio�ti�i. being dul}' s�curn, deposes and sa��s diat hc resides in Cincinnati. Ohio, that he is a Di�-isional Senior Vice President ot� dic Bund Division of Great American Insurancc Compam�. the Compan} describcd in and ���hich c�ecuted the abo��e instrutncnC that he kiwws the seal ofthe said Cumpany; [hat the seal affized to the said instrument is such corporate seal; that it ���as so affixed b�� authority� of his office under the By�-La���s of said Company_ and that he sianed his name tl�ereto h�� likc authurih�. ; �.?-.�' SUSAN A KOHORST � 1 � � -- - Notary Pubiic ; �'.�' ; State ot Ohio �'��` My Comm. Expires May 18, 2025 Ciir�- � �"t�-/�C,�Ql This Po�ver ot'Attorney is granted by authority ofthe fiillo���ing resulutions adopted by� the Board of Directors of Great American Insurance Company b�� un:�iimous ��ritten consen[ da[ed.lune 9_ 2008. REtiO/. I'F_�D: That the Diri.�•rnnc�! Presicfenl. tl�e sererul Drrrsiana! Sertror 1�ce Pr•eside�als. Dirisiunn( ! 7ce Pre.crdenls nr�d /�n�isn��al .dssislant 17ce PresidenL�. ur cun' nne a/ Ihem. he n��d herehr rs cnrd�a•r=ed. ji•an linre lu lime. !o uppnrr�l nne or• rnor•e.1!lor��ers-i��-l•'c�cl to e.cectue o�� bchalJ qJ'the C'ompu�ii'. as sau•ett', crnr und cr/l bonds, t�nder•lakir7gs n�rd coiui•acls of stu�eh•ship, nr otl�er ir�•itlert ob/igulio�ts iit tlte �tnlur•e d7ereof.` !o prescribe tlieir respectire dutres ni�ct I{�e respectire limi�s uf �Fteir authorrh•: nnd lo rernke artr strcl� u����nintnre�v cr1 cun' linie. RESOL 1'ED FZ%RTHER: Tlant llre ('umpayir sen! and the slg��an�re o% cr�ar qjthe a�oresaid officer,r n�td anr Secretnn� or .9ssistant Secre[ari� �/�Ihe C'ompunr mm he ci(fiked trr.%�esrnrile la nm pnu er q/'ultor��er o�• rerlr/icule qJ'eilher grren./i�r d�e e.reculion oJ'anr hor�d. underJakir�g. conn•ac� ofszo�en�ship. or u!l7er irrrlten nh(igulia� i�r �he ncnm�e lhereu/: strch signunu•e m�ci seu! u]ir�� sn trsed heing herehi' udnplecf hr !!ie ('ompe7m� u.s !he oi•iginal sig��n(ure oJ szrch oJ%icer ui7d tF�e origr�7nl sen! qJ !!te ('ont�n�?tt ro be rcrlid nird bi��dnag t��ort llte ('ompa�71• irr�lr tlze snme force and e��ect ns !ltot�glt mn�7zrallt� nffzYed. ('ER'I'IFI(':�7'IOti I, S�I�EPHEN C BERA}IA. Assistant Secretar�� ofGreatAmerican Insurance Compam�, do hereby certih� that the fbregoing PowerofA[torney and dic Resolutians of the Board ot�Diroctors of.lune 9. 200A have not becn rcvoked and are now in lull turce and effect. i `� t,.� Sien:d and sealed this da�' of �- �, � � .-I s.ccclun� .Crrn•iun � S1G25kH (03/20) r.�-��� +�'ir��['.F�14�i�1$;!�'�Ie7 iFtSURANCE �iROUP IMPaRTANT NOTICE: Gr•eat American Insurance Compa.ny ot' �iew York Great Arnerican Alliance Insurance Company Great Arnerican Insurance Comgany To abtain information or rnake a comglaint: You rrtay cantact the Texas Department of Insurance to obtain information on cvmpanies, coverages, rights or complaints at: 1-SOQ 252-3439 You tnay write the Texas Departrnent af Insurance at: PA. Box 1491 D4 Austin, TX 7$714-9091 FAX: 1-512-490-14U7 Your natice of claim again�t the attached bbnd may be given to the surety company that issued the bond by sending it by certified a.r registered mail fo the following address: Maiiing Address: Physica2 Address: Grea# Ameriean Xnsuranee Company PA. Bax ZI I9 Cincinnati, Ohio 452()2 Great Arnerican Insurance Comgany 301 E. Fourth Street Czncirinati, Ohio 45202 Yau may also contact the Great American insurance Company Claim office by; Fax: Telephone: Etnail: 1-888-290-37p6 1-S 1.3-369-5091 bortdciaims@gaic.cnm PREMIYJM UR CLAIM DISPUTESr if you have a dispute concerning a premium, you should contact the a�eni �rsi.lf you have a c�ispute concerning a oJaim, you should �ontaet the company first. If ehe dispute is not resalved, you may contact the Texas DsparUnent of Insarance. ATTACN TN�S NOTXCE TO XQUR �30ND: This natice is for infQrmatian anly and does not became a part or condition af the atCached document. r•.yeb�a t � ai7 �� 00 62 19 - 1 MAINTENANCE BOND Page 1 of3� SECTION 00 62 19 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT BondNumber: CA3714771 K1YOW ALL BY THESE PRESENTS: That we, Venus Construction , known as "Principal" herein and, Great American Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as ``Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group Inc. , authorized to do business in Texas ("Developer") and the City of Fort Wortll, a Texas lnunicipal corporation ("City"), in the sum of Seven Hundred Sixtv Six Thousand Seven Hundred Seventv Eight & 25/100 Dollars (�766,778.251 , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, foi• payment of which suin well and truly be made jointly w�to the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, eaecutors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City llave entered into an Agreement for tl�e construction of community facilities in the City of� Fort Worth by and through a Community Facilities Agreement, CFA Number 20-0088 ; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the day of , 2020 which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor a�1d other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Watersbend South Phase 3B; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documentsthat the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CITY CUNDITIONS — DEVELOPER AWARDED PROJECTS City Project # 102847 Revised January 31, 201� 006219-2 MAINTENANCE [iONU Page 2 of 3 WHEREAS; Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at: any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, tl�at if atly legal action be filed oi� this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CiT1' OF FORT WORTH Watersbend South Phase3B STANDARD C[TY CONDITIONS — DEVGLOPER AWARDED PROJECTS City Project #102847 Revised 7anuary 39, 2012 006219-3 MAW'I'ENANCE BONU Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and ofticers on this the day of ,?0?0. PRINCIPAL: Venus Construction ,1� � ��%_'.�//.1/_ �� //._ . • .. Wimess as to Principal ATTEST: r L� (Surety) Secretary eliss� �tts Witness o Sur y Jordan A Pitts BY:�B��� Q Signature � S� �c� Y{ Sl(�'l� �I' Name and Title Address: 1426 S. Main Mansfield, TX 76063 SURETY: Great American Insurance Company � BY: ' 1 !:' .t' '� ; � �, % Sign ture Lloyd Ray Pitts Jr - Attorney-In-Fz:.t Name and Title Address: 2435 N. Central Expwy, Suite 6U(; Richardson, TX 75080 Telephone Number: 972-437-7195 *Note: If signed by an ofticer of the Surety Company, there must be on tile a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is ditferent from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CI'I'Y OP FOR'T WOR"�li Watersbend South Phase 36 S"I�ANDAIlll CI�IY CONDI'I�IUNS — DEVELUPtK AWARDED PRU.IEC'I'S Cin� Nroject # 102847 Rcciscd .lanuan� 31. 2012 GREAT AMERICAN INSURANCE COMPANY� Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized b� this power of attornc}� is not mor� Yhan TWO No.O 20935 Po�� E:H oH .aT��roR�E� KtiO��':�1.L11N:1 Bl'"1'IiH:SN: PRE:tiE\TS: 'I�hatthcGRf?ATAMf?RICAN INSIIRANCI-:COMPnNY,acurpora[ionorganizcdandc�istingunder and by virtue ufthc la���s ofthe Statc ofOhio. does herehy� numinate. consti[u[e and appoin[ [he person or persuns namcd below. each individually ifmore than onc is namcd, its truc and la�� tul attornc} -in-fact. tur it and in its namc. placc and stc�d tu czc�utc un hchalf of thc said Compam. as surct�. am and all bonds, undcrtakines and contracts of suroty�ship_ or uthcr ���rittcn obligatiuns in thc naturc thcrout�; providcd that thc liability of thc said Company on any such bond, undertaking or contract of suret� ship esecuted under this authurit� shall not ezceed the limit stated belo�c. Namc Address L.intit of Po��'cr LLOYD RAY PITTS, JR. BOTH OF BOTH WILLIAM D. BIRDSONG DALLAS, TEXAS $100,000,000 I�his Po���er ofnttorne�� re��okes all nrecious pu���crs issued on hehalt�ot�the allorne�'(s)-in-fact named abo��e. 'N W Il'NESS WHEREOF the GR�:ATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate �il3icer; a�,d its cnrpurate seal hereuntu a�Tixed this 10TH da} of DECEMBER , 2020 i1tt��st GR[?A'I�AMGRICAN WSU ANCECOMPANY y,,,,.•, /�,�; . :: ��� � - y�:1 � .&' p'R , / i _ ./1 - ////\ 1 ' � �`. . � riYi ri .- ✓..��+ --vK.� .-is:,�clu�n A'rrrcr�ul' l�n•i.wnnul.l'r�i�nr I irr l'rc.sidcnl 5����V�:�I{ QF �)}iIU, l��)� IN�I�Y C)I' I IAMII.��C)N - SS: MARK VICARIO (877-377-2405) �)�� ;���; 10TH da�� of DECEMBER 2020 , before me personall�� appeared MARIti VICARIO, to me I:no��m, beint c1uh� �•w irn_ depuses and sa��s that hc residcs in Cincinnati. Ohi��. [hat he is a Dicisional Seniur Vice President of Ihe Bond Division of Great American Insurance Cumpan}�. the Compam descnbed in and ���hich c�ecuted thc above instrumcnC that he kno���s the seal ofthe said Company: [hal the seal atlixed ro the said instrument is such corporate seaL that it �vas so at�ised b} authorit� of his otiice under the By-La�tis of said Company. and that he signed his name thereto b� likc authorit�. , `,,T-� , SUSAN A KOHORST :.,� �= Notary Public �� �� � State of Ohio °�� My Comm. Expires May 18, 2025 �'`' � `�"C p-/'C,gdSC1� This Power ofAttorne} is eranted b} authority ofthe tiillo�ving resolutions adopted by the Board of Directors of Great American Insurance Compam b�� una�iimous ��ritten cunsent dated June 9. 20U8. RF,SOI.I 'F,D: Thut Ihe Dirisrnnal Presrder7l. !l1e serernl Dii�rsronal Senio�• 1 ice Pre.erdeitts. Dii�isie��ta( [ ice Presrde�7ts nnd Dri�rsanul Assistan! f 7ce President.s. nr curr nne n/'lhem, h¢ cuid herehti i.� uulhrn•i=e�l. fi•om ti�ne ln linte, tn a/�poin! urte rn• mrn•e . Illornei�s-in-!•acI In e.�'ectrle o�� he17ul/ of Ihe C'anpni�t�. as sLrreh•, c�f?i� aizd nN bo�ids. tmdertnki��gs cr��d coritracls ofsau�eh�ship. or� other• u rilterr oblignlio�is i�r the na�ure thereof �o prescribe tHerr res�ectire da�ties aizd !he respecln�e lrntils qf their uulhorilt'; nnd to rc roke n�it' strch appoi�rinie�i! at n�n' linte. R6SOU'EU l• C.kTHEIZ: Thcr! 1lae ('om�am secrl und (!ae sigy�uture uJ enn� of d1e nforesard qJrcers culd nnr Secrelnrr or .-lssista��t Secretnrt' of the ('a��pc�f�t' mcn• be nJ�i��ed hr.%acsrmile to um� poirer qf ultoi�net' nr rer•li�rrnle q/ er1/�er gii�en frn• Il�e executinn o/ a��t' horid. trnde�7uki�ag, co�atrnct oJ strreh•ship. ur� o1/aer u rilten ohligution ii7 dre ircneu�e ther� qJ: srrclr signano•e unel seul u l�ei1 sn u.ced ben�g herehr adn�led hr Ihe ('ompu�it� c�s d1e or�igirui( signaltu•e q/ strch officer cind tlre oi•igr��nl sen! ojthe ('onr�nm: !o be rnlid a�id binding a�pon Ihe C'ompn�zr u ith the same,Jorce nrid efJec� as t/�ough mnrurnllr qJ�cred. c�. �rri Fi c:��r�o;� I, STEPHFiN C. BF.RAHA. Assis[ant Secretary ofGrea[ American Insurance Company, do hereb� certity that the foregoing Power ofAttorney and the Resolutions of thc l3oard of Direclurs ul�June 9. 200A have nut been revoked and are no��� in full force and ettect. Si;ned and sealed this ._._,-Fi �`: . �:�� sw� � �� da} of L �. � .a.csicloN.Srr�rWrr ��• .�1029AH (D3i.'0) ��� �i�"1'.f�lV��l�.��'�1 iNSUR�NCE GRODP IMPt?RTANT NQTiCE: Gr•eat Au�erican Insura�ce Company of New York Great Arnerican Alliance Insurance Company Great Americap insurance Company To obtain informatioiy or make a complaint: You may contact the Texas Department of Tnsurance to o6tain inforrnation on campanies, coverages, rights or connplaints at: 1-80Q-252-3439 You rnay write the Texas Departmant Qf Insurance at: P.O. Box 14�104 Auskin, TX 78714-9091 FAX: 1-512-49U-10(}7 Yaur notice of claim against the �ttacheci bond ma}� be given to the surety campany [hat issued the bond by sending ic by certifred or registered naail t� the %13owing a�dzess: Maiiing Address: Physical Address: Great American Znsurance Campany P.O. Bax 21 I9 Cincinnati, Ohio 452t)2 Graat American Insvrance Company 301 E. Fourth Street Czncinnati, Ohio 45242 You may also contact the Great American Insurance Company Clainn office by: Fax; Telephane: Email: 1-888-29Q-37QG 1-5 �3-369-5091 bondclaims�a gaic.cc�m PREMIUM 4R CLAIM DISPUTES: If you ha�e a dispute concerning a pretnium, you shouid cantact Ehe a�ent �rst. If you have a dispute conce�-nin� a claim, you �hould contaet the connpany fisst. If the dispute is not resolved, you may contact the Texas Depart�nent of Insurance. ATTACI�T TH�S NO'�'ICE TO YtJUR BOND: Tlais notice is for infQrmatlon on�y and daes not beaflm� a part or condition of the attached document. r,9667A (10/16) PAVING 00 41 00 DAP BiD FORM Page 1 of 3 SECTION 00 41 00 DAP BID FORM Forestar (USA) Real Estate Group Inc. TO: 2221 E. Lamar Blvd., Suite 790 Arlington, TX 76006 FOR: � Watersbend South Phase 3B City Project � 102847 No.. Units/Sections: I FID 30114-0200431-102847-E07685 X-26605 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. CITY OF FORT WORTH STANDARD CONSTRUCiION BID FORM — DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form — DAP.docz Form Revised April 2, 2014 oa at o0 DAP BID FORM Page 3 of 3 Total Base Bid $829,720.45 Alternate Bid Deductive Alternate Additive Alternate TOTAL BID $829.720.45 7. Bid Submittal This Bid is submitted on C'y��1�o �/Y���r��e� � (Printed Name) �;;���.T�'I� ViC� P�ESi`I�EN"I' (Title) Company: Glenn Thurman, Inc. Address: P.O. Box 850842 Mesquite, TX 75185 State of Incorporation: Texas Email: Phone:972-286-6333 the entity named below: Receipt is acknowledged of the following Addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 END OF SECTION Initial CIN OF FORT WORTH STANDARD CONSTRUCTION 81D FORM — DEVELOPER AWARDED PROJECTS 00 4100 Bid Form—DAP.docx Form Revised April 2, 2014 SE4TION 00 42 43 Developer Axardad P�oJ� - pROPOSAL FORM Wetersbend 9ouNi, P�se 3B, City Project #102847 UNPC PRICE HID Projac[ IIm� Lifotmation GTI Dascription The bid is submitted by the eutity Gsted below: UnitPrice � BidValue ComP�Y: Glenn T'hurman, Ina By: Ia 1 r-�i�L}.��c�'�'�f Street Address: P.O. Box 850842 iV nu City, State, Zip Code: Mesqoite,l'X 75185 �� %��� " Phone:972-286-6333 •G � � SiQoelore T��� CONTRACT MANAGER ��: Contrector egrees to complete WORR for FINAL ACCEPTANCE within �0 wortdeg days aiter the date when END OF SECTION [�iY[w�YiRlyGkTll W.ua.bmE swW Auw]9 S[ANDAAUCONYRN4 ONBmAd�aO3A1.D¢VFSAPIatPWAOJ�PRWPL'f9 ChlRolert�l0aea� �lWx[�iL%1� oo�2u eiei'mpnul 0045]]-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the ope3iin�, of bids. For exar►-i�[e, a �on[ract�►r wishsng t� suhmic Ui�is on prajects tn be opened �n the 7th ofApril nx�sl file the inforEtiatian by t�ze 31st day ofMarch in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address ww►u.window.state.tx.tisltax er�ni�1 and fill out the application to apply for your Texas t� ID. (2) The firm's e-mail address and fax number. (3) The firm's DLJNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DiJNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102847 Revised Apri] 2, 2014 004511-i BIDDERS PREQUALIFICATIONS Page i of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 Li, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to �he date oftfie opening of bids. For exarnple, a co�itrac:tnr wishin� ta suhmiE Uids on profects to be npened on the 7th of April must fle the informatian by tl�e 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address www.winciow.state.tx.usltaxpermitl and fill out the application to apply for your Texas t� ID. (2) The firm's e-mail address and fax number. (3) The firm's DLJNS number as issued by Dun & Bradstreet. This number is used by the CiTy for required reporting on Federal Aid projects. The DLJNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. C1TY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project #102847 Revised April 2, 2014 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountanYs opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capaciTy is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under thc control of thc Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #102849 Revised APril 2, 2014 0045i1-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CI'I'1' OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project #102847 Revised April 2, 2014 00 45 I 2 DAP PREQUALIFICAT[ON STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. !n the "Major Wor[c Ty�e" ht�x�ro►+ide the cpmplet� majnr wor[t type and acitEai des��-ipcion as p���ided by tf�� Water Departmer�t For water and sewer and T['W for pa�in� Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Concrete/Reconstruction Glenn Thurman, Inc. O1/31/2021 Unlimited The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Glenn Thurman, Inc. BY: P.O. Box 850842 � Mesquite, TX 75185 NAM�ITI`I'LE: C'i �, jv . r DATE: ��.�F.�C[ r�� ['�' P�FSIP.FI�rI' � Z�j�' ��� END OF SECTION CITV OF FORT WORTH Watersbend South Phase 3B, City N102847 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT—DEVELOPER AWARDED PROJECTS 004512_Prequal Statement Form Version September 1, 2015 00 45 26 - l CONTRACTOR COMPLiANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No 102847 . Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Glenn Thurman, Inr. Company i3y: C�� Y�. �Iayn�r P.O. Box 85Q842 Address Mes uite TX 75185 City/State/Zip Title: ����� THE STATE OF TEXAS COUNTY OF TA iT'�� § BEFORI: ME, Ehe iindersigned authority, on this day personally appeared '"�r� i::_ i��.; ���" , known to me to be the person whose name is subscribed to the fare�oi�z i��strum�nt aci�T�owled �dI,[o me that he/she executed the same as the act and deed of ����_li �7��.;�`�.: i�.�� ,�i'i �, for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this - day of R�R�C.�• , 2020. � � ��,��p TraciA Mesk Notary Public in and for the State of Texas k * Notery PubIIC, State of Texas ICN� 10648144 ��np � My Commleebn Explrea Oeroe12024 END OF SECTION CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project # 102847 Revised April 2, 2014 00 52 43 - l Developer Awarded Project Agreement Page ] of 4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on is made by and between the Developer, Forest�r 4L1SA] Real Estat'e Grvun Inc. authorized to do business in Texas and Contractor, .. Glenn� Thurman, Inc. T , authorized to do business in Texas, acting by and through its duly authorized representative. Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Watersbend South Phase 3B Ci Pro ect #IO2$47 FID 30l J4-�20d43I-102$�T-�07tS85 X —26605 Artide 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 60 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer Two Hundred & FiFt Dollars �250.00 far each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PR07ECTS City Project # 102847 Revised June 16, 2016 005243-2 Developer Awarded Project Agreemen[ Page 2 of 4 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Ci fit Hundred Twent►� Nine Thousand Ser�en F�undrerl TwentV & 4SIf0[1 �ollars [�$29.7Z0.�5} � Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Praject #] 02847 Revised June l6, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its ofTicers, 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 indemnif5cativn ra�ision is s ecificall i�itended ta o erate an[t b� efFcrti►+e e�en if it is alle ed o�- ro�en that all ur sume of tlie ctama es l�ein saueh_t_wcrc eaused, ir� ►rhplc or in pai;t,,,_t�y ant� ac#, vmissiun.,Ur ne�li�e�ce nF the citv. 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. 6.2 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 indemnitication ,prn�isiun is s�ecifca[Iv,_,intended tu operate at�d be effecti�e e�cn if it is alleEed nr pro�en tliaf_ aii or some of the dam:��es I3eine snu�t�t were caused= i�t wltole or in part by anv act� omission ar ne�Eisence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documcnts held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project �1102847 Revised June l6, 2016 Investment Director Kevin Lazares 1/7/2021 Bond No. 9369954 00 62 13 - I PLRFORMANCG BOND Pa�c I ol'2 THE STATE OF TEXAS COLINTY OF T,ARRANT SECTIOIV 00 62 l3 PERFORMAi�'CE BOND § § KNOW ALL BY THESE PRESENTS: § "I'hat we, Glenn Tlturman, Inc. . known as "PrincipaP' herein and, _ Colonial A�nc;ricaii C;astia[ly and S�ireia1 Cc}tn�ai�iy, a corporate sw•ety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, I�c�res[:;r U5A Iteal �:st;�le CUrou i li►�. , authorized to do business in Texas ("Ueveloper") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, LiQltil fiuiidred '["►rent►;,I�'[�ie Tfiuussir�cl,5eveq_i�i�ndred T►►�ent�� S�4�I1U0 f}uflxrs �I329,7Z[1.45) , lawful money of [he United States, to be paid in Fort Worth, Tarrant County, Texas for Che paymenl of which sum well and truly �o be made joindy unlo lhe Developer and the City as dual obligees, wc bind oursclves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. �i'HEREAS, Developer and c�ty have entered into �n Ag�•eomc»t fo�• the construction of conul�tmity facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 2f]-Ofi$$ ;and V�'HEREAS, the Pi•ii�cipal has entered into a certain tvriYten contract with the Developer awarded the day of , 2020, wl�ich Contract is het•eby referi�ed to and roade a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by larv_ in the prosecution of the Worlc. including any Chan,�e Orders, as provided for in said Contract desijnated as WHtcrsb�iid Soutti 1'liase 3B. NOW, THEREFORE, the condition ofthis obligation is such that ifthe said Principal shall f'aithfully perform it obligations under the Contract and shall in all respects duly and f'aithfully perform the Work, including Change Orders, under the Contract, according to the plans, specific�tions, and contract documents tlierein referred to, and as well during any period of extension ofthe Contract that m�y be granted on the part of the Developer and/or City, then this obl igation shal I be and become nul I and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Noithern District of'Texas, Fort Worth Division. CI"IY OI� 1�OR'f WOItTH l�l%utcrsbend Soutli I'hasc 3T3 S'fANDART� CITY COND�'fInNS — DI=.VI=i.OPrR AWARDrD PRnJLCTS Ciip I'rojecl � 102847 Rcviscd J�inuui}� 31, 2012 006213-2 PERFORMANCE BONb 1'age 2 of2 This bond is m�tde and executed in compliance with the provisions of Chlpter?253 ofthe Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions ofsaid statue. IlY WITNESS WHEREOF, the Principal and the Surety have SiG1�ED and SEALED this instrument by duly authorized agents and officers on this the _day of PR1NCiPAL: Glenn '['Iti� an, inc. BY. .� � 2020. ATTEST: (Principal) Sc�ret ry ��� 1�Vitness as to Principal ����� it iess as to �tutity ��ty �,�;t}�+u�p. �XECZ7TI�VE �][CE �'li t:, � T� : ��' Name and Title Address; P. O. Box 850842 Mes nicc TX 75185 SURETY: C'oln�iial Ainerican Casif�tlty �ind 5urety {'�xmpany B�' 7�l �-�.Gz;.� Signature Robbi Morales, Attorney-in-fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 Telephone Number: 214/989-0000 *Note: ff si�;ned by an officer of the Surety Company, there must be on file a cei•tified exh•act fi•om the by-laws showing that tliis person has a��ihority to sign such obligation. If Suret}�'s physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. crry or ror� r worcTn S'I-ANDnRD CI'fY CONDI'1'IONS—T�L-'VfI.OPrR AWnRUI;D PROJI�CTS Rcvised Januuiy 31, 2012 Watcrsbend South 1'hasc 3R Cit}' }'rojccl�l 102R47 Bond No. 9369954 TH� STATE OF TEXAS COUIVTY OF TARRANT SECTION 00 62 14 PAYVIENT BOND 00 62 I 4- I PAYMENT HOND Page 1 of 3 § § KNOW ALL BY THF.SE PRESENTS: § That �ve, f.lcr�n T`hurr��:�s� lnc. I<nown as C.'olui�ial American Hsua [y "Principal" herein, and. ai�ti 5ureiv C'nrn �an . a corporate stu•ety ( or sureties if more than one), duly authorized to do business in the State oi' Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, _I�oa•estar_„(USAj Rcci1 Estatc Group [nc_ , authorized to do business in TeYas "(Ueveloper"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of �igltl_ I-Iuncirec! T►ve;att Nine Ttic��Esand Sc►•en Hundred '3'�vent •& 45/100 Dollars �829 720.45 , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of v,�hich su�n �vell and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successois and assigns, jointly and severally, firmly by these presents: WHEREAS, Dcveloper and City have entered into an Agreement foi• the construction of community facilities in the City of Fort Worth, by and through a Cominunity Facilities Agreement, CPA Number 20-0088 ; and WHEREAS, Principal has entered into a certain writte�l Contract with Developer, awarded the day of , 2020, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and otller accessories as defined by law, in the prosecution of the Worl< as provided for in said Contract and designated as Water� laend Snutii Pliase 3B. NOW, TH�REFORE, THE COND[TION OF THIS OBLIGATION is such that if Principal shall pay all moa�ies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Governinent Code. as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. C17'Y OI' POIt"1' WORTI I Watersbcnd Soulh Phase 313 S'I'ANDAIiD CI'1'Y CONDITIONS— bCiVI:LONER AWARDGD PIZOJI�C'I�S Cil�� Projecl# 102R47 Rcviscd January 3 I, 2012 oo�z �a-z Y.4YMENT [�OND Pugc 2 af 3 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this insti'ument by duly authorized agents and officers on this the day of _ . , 2020. ATTEST: (Principal) Secr� ary Witness as to Principal ATTEST: _ � � (Siu•ety) Secretaiy � ��� iiness as to Surety PRINCf PAL: Glenn "f'hurmai�. Inc. � Name and Title Address: P. O. Box 850842 Mes< «itc. TX 75185 SURETY: Colonial American Casualty and Surety Company BY: �� �'��:� 5ianature Robbi Morales, Attorney-in-fact Name and Title Addcess: 5005 LBJ Freewa�, Suite 1500 Dallas. TX 75244 Telephone Number: 2l4/989-0000 �'c�te: If si�;c7ed �y �n nf'�c�r ni'ti�e Suret}•, there must be on file a certified extract from the L���fa���s sho���i�i� thtit this p�rsrnt I�as autI�c�rity to sign such obligation, if Surety's physical �l[�Ctl'CSS 1S C�ifTi:]"C:i7i. il'�E71 if� I77c1llfilf,,' 'rliiC�1'L'SS, L�otl� must be provided. The date of the bond sliall not be pi•ior to the date the Contcact is awarded, END OF SECTION CI I'Y OI' P012'I' WOIZ'I'H W"�tersbcnd Soulh Phusc 3f3 S'1'nNDAIiD CITY CONDITIONS —DHV L:LOPI�It nWARDBD PRO.I['.C'f5 City P�cijccl tf 102847 Rcvised .fanuaiy 31. 2012 006214-3 PAYM[�N'f BOND Pngc 3 of 3 C17'Y OP I�OR'C WORTH Watersbend Soudi Phnse 3I3 S'I'ANDARD CffY CONDITIONS—DEiVGI.OPIiR AWARDGD PItOJECTS Cily Project#102847 l2eviscd January 31, 2012 Bond No. 9369954 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 19 MAINTENANCE BOND 006219-I MAINTI:NANCC 130ND Pa�,e I uf 3 § § KNOW ALL BY THESE PR�SCNTS: § That we, Gtcnri Ttttiri�i.iti lrtc. . kno�vn as C'c7Ennia3 Amcric�in asua [y ar3[ "Principal" herein and, ,'iirtit t'c?�i� .,m , , a corporate surety (sureties, if more than one) duly authoi�ized to do busincss in the State of Texas, known as "Surety" herein (whether one or morc), are held and firmly bound unto the Developer, i�ol•esfar L'SA Iteal [:stat� Crcau In�. , authorized to do business in Texas ("Developer') and the City of Fort Worth, a Texas municipal cot•poration ("City"), in the sum of� L;i lit Hi�nclre�� 'T►ve�ritr i�ir�e 'I'}�oFisfin[! Sever� �iu��dred Trrc�l�• c� �Slll3fl Dr�H���•s 58Z9.720.4� ,]awful monev of the United States, to be paid in Fort Wo��th, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, exec�rtors, administrators, successoi•s and assigils, jointly and severally, firmly by these presents, WHEREAS, Developer and City have enrered into an Agreement for the consteuction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Numbet• 20-0088 : and WHEREAS, the Principal has entered into a cei�tain written contract with the Developer awarded the day of , 2020, which Contract is hereby referred to and a made part hereoffor all purposes as if fully set forth herein, to furnish all materials, cquipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting fi•o�Y� a duly authorized Change Order (colleclively herein, Lhe "Work") as provided for in said Contract and desi�;nated as'1'1�'at�rsbenc! 5outli Phase 313: and WHEREAS, P►•incipal binds itself to use such materials and to so construct the Work in accordance N�ith the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of hvo (2) years after the date of Final Acceptance of the Work 6y the City ("Maintenance Period"); and �:I'fY OI� I'OR'f WOIt�'li V1'alcrsbcnd Soulh Ph�isc 313 S'I'ANDARD Cfl'Y CONUI'fIONS—DLVI:LOPfiR AWARDGll PRO,IFiC'fS Cily Prc�jcct# 102347 Rcviscd January 31. 2012 006219-? MAIN'1'IiNANCG BOND Pagc 2 of 3 WHER�AS, Principal binds itselfto repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition oftliis obligation is such that if Principal sl�all remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactocy to the City, then this obligation shall be�ome null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconsh�uct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs tl�ei•eof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, t11at if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court foi- tl�e Nortllern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation sllall be continuous in nature and successive recoveries may be had hereon for successive breaches. CI'1'Y OI� I'OR`I' WORI'I i Wulersh�nd Soulh Phase 313 S'1'ANUAIZD CI"fY CONDII'IONS — DL-:VLL.OPt;R AWARDF.D PRO.IHC"l�S Cily Project #]02847 Rcviscd J�nuary 31, 2012 00C219-3 1vU11NTF.NANCC; BONU Pngc 3 0l'3 IN WITNESS WHEREOF, the Principal and the Surety 11ave eacll S[GNED and SEALED tl�is instrument by duly authorized agents and officers on this the day of . 2020. PRINCIPAL: Glenn "i'htirrnai�, Inc. ATTEST: (Principal) 5�cr�lar � �r�'cY'� --- Witness as to I':�iticij�af ATTEST: - _�� ` f5urct 5�c•etary --- ��-�.--�.� iFtiess as to Surety �" �p��'y �.1�{Ff 1'�rn rt' �;K�G�I'T`l�1� "VIC� Name and Titic Address: �,�, �_$508�2 Mesquite, TX 75185 SURETY: Colonial American Casual and Surety Company BY: C �a�.����` .� Signature Robbi Morales, Attorne�-in-fact Name and Title Address: �UUS L.13.f 1=reeway, Suilc_ l5UU �a� TX ?5244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Stirety ComUany, there tnust be on file a certified extract from the by-laws showing that this person has authority to sign such obligation, If Sw•ety's physical address is different fi�om its mailinb address, both must be provided. The date of the bond shall not be prior to the date ihe Contract is awarded. CI'I'Y OP PORT WOR'l l I Walersbend Soulh Phase 3B S'I'ANDARf) CI'1'Y CONUI T'IOVS — DI:VL•'LUYLR AbVARDCD PROJGCIS City Project# 102847 Itc� iscd J�nuary 31, 2012 Z1IRICH AMERICAN INSL�RANCE COMPANI' COLONIAL AMERICAN CASUAL'I'l' AND SUR�TY CONIPANI' FID�LITY' AND DCPOSIT COMPANI' OF MARYLAND POWER OF AT7'ORNGI' KNOW ALL MEN BY THESE PRESENTS: That the 7URICH �1MERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMER1CnN CASUALTY AND SURETY COMPf1NY, a corporation of the State of ]]]inois, and the FIDEL]TY AND DEPOSI7' COMPANY OF MARYLAND a corporation of the State of lllinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are sct forth on the reverse side hereoC and are hereby certil"ied to be in full force and effect on the date hereof, do hereby nominate, constitute. and appoint Ricardo J. RLYNA, Tina MCCWAN, Don C. CORNELL, Joshua SALINDERS, Robbi MORALCS, Sophinic NUNTGR, Kclly A. WLSTBROOK and Tonic PCTRANCIC, all of Dallas, Texas, LACH, its true and lawful agent and Attorney-in-Fact, to mal<e, ezecufe, seal and deliver, tor, and on its behalf as surety, a�td as its act and deed: any and all bonds nnd undertalcings, a�ld the e�ecution of such bonds or undertakings in pursua�ice of these presents, shall be as binding upon said Compu�ies, as fully and a�nply, to all intents and puiposes, as iPthey had been duly executed a�id aclatowledged by the r•egularly elected oi'ficers of the ZURICH AMERICAN INSURANCC COMPANY at its oftice in New York, New York., the regularly elected officecs oP the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its ot�ce in Owings Mills, Muyland., and the regularly elected oflicers of the PIDEL[TY AND DEPOSI"I� COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own propec persons. The said Vice President does hereby certify that the extract set forth on tl�e reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of saicl Companies, and is now in Force. 1N WITN�SS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMLRICAN INSURANCE COMPANY, COLONIAL AMERICIN CASLIALTI' AND SLIRETY COi�1PANY, and FIDELITY AND D�POSIT COMPANY OF MARYLAND, this 8'�' day of November, A.D. 2019, ` G�`31��5[i�,,''., *9 7rlps, ��pW!{1�,� :�.t-.`,`; '.]+"�_�r^-.Cn; M1��.o'na4, s �S: Y��—n j M� ''"' 615Ab � _�: ,a. ; ���:� ta:a �� n srM � � .... � ;ti� •...*....�;��: "o- x�+ f�� By: Robert D. �L/irrru�� !'lce F'resident 1-'��c�t�.i /' �-f'irllr;�. By,� Drnvn E. B��olvn Secreta�y Sk�te of Mai�ylxnd County of 13altimore A1'TEST: ZURICH AMCRICAN IIVSURANCC COMPANY COLONIAL AMCRICAN CASUALTI' AND SURCTY C0114PAM' �IDCLITV' ANll DLPOSIT COMPANY OF MARYLAND On this Sth day oP Novcmber A.D. 2019, before the subscriber, a Notary Public of the StaYe oY Maryland, duly commissioned and yualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally kno�vii to be the individuals and ofticers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposetli and saith, fhat he/she is lhe said ofticer of the Company aforesaid, and that tlte seals af1'ixed to the preceding instrumenf are the Corporate Seals of said Companies, and that the said Corporate 5eals and the signature as such oft7cer were duly affixed and suhscribed to the said instrumenY by ihe authoriry and direction of the suid Corporations. IN TES"CIMONY WHEREOF, 1 have hereunto set my hand and afFixed my Official Seal the day and year First lbove written. ,.5imi7��. '.�.' � �.',17•' . .^"'t'i"�'"�.,Q% y�.t;,.---• �!i . j�,qy✓yt lL �� r: } , cf. , ,��•.<<� :.; ,� Constance A. Dunn, Notnry Public '�' �' :•'' My Commission Expires: July 9, 2023 ,�„n...•: � ZURICH Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll-free telephone number for information or to make a complaint at: AVISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de Zurich North America's para obtener informacibn o para 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- panias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condicibn del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 LIGHTING 00 41 00 DAP BID FOR�I Page 1 of 3 SECTION 00 41 00 DAP BID FORM Forestar (USA) Real Estate Group Inc. T0: 2221 E. Lamar Blvd., Suite 790 Arlington, TX 76006 FOR: I Watersbend South Phase 3B City Project 102847 No.: Units/Sections: I FID 30114-0200431-102847-E0768.5 X-2660.5 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, ineluding without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed indi��idual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization; or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.C. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. CITY Of FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROIECTS 00 41 00 Bid Form — DAP.docx Form Revised April 2, 2014 ou n i o0 DAP BID FORM Yare 2 of 3 b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to est�lblish Bid prices at artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Roadwa� and Peclestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 30 �vorking days after the date when the Contract Time cominences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5, Attached to this Bid The follo��-ing documents are attached to and made a part of this Bid: a. This Bid Fornl, Section 00 41 00 b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requireinents of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the VVark in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered belo« is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CIN OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVEIOPER AWARDED PROJECTS 00 41 00 Bid Form — DAP.docx Form Revised April 2, 2014 0o a i o0 D.av sin FOR�i Pasz 3 of 3 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> 7. Bid Submittal This Bid is submitted Res ectfiill sub ' By: 10/22/2020 Richard Wolfe (Printed Name (Title) Company. Independent titility Construction, Inc. Address: 5109 Sun Valley Drive Ft. Worth, TX 76119 State of Incorporation: Texas Email: estimating@iucbc.com Phone:817-478-4444 by the entiry named below: Receipt is acknowledged of the following Addenda: Addenduin No. 1 Addendum No. ? Addendum No. 3 Addendum No. 4 END OF SECTION Initial CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form— DAP.docx Form Revised April 2, 2014 SEC710\ OU a2 J3 Developer:\n�arded Projec�s - PROFOSAI. FORM q'nlersbe�Kl SouYL. Yliase ?B. C"itc Froiect Y 1025�l7 l'VI7' PRICE BID Pruleci Ilein Inl.�nmtion IUC L3iiilisl pi�i�i �tien tipecilication Onii of 13id [(cm � Sectiou No. bleasure uautih� Uuit Price Bid ���lue The Uid is subnu[tc�l by thr cntilv lisied helo�� Comp�ny: Independent Ptility (:oustruclion, Inc. StrceLAddrzss: 5109 Sunb'aller- Dri��c City. State 7_fp Codc: Ft. R'orth,'C\ 76119 Phone:817-�78-d�34J F3v: Kichard �Volfc Prini ame Si nt -- — — r[ri�. r«��a��i ��.��� 12/02/2020 C'ontractor :�grees tu complete ��'ORK Cor FI\:1L ACCEP'T_1\CE Nithin 30 em•I;in� duys after the date when EA� OF SECTIO\ CT'i OE FORT'�l'ORTH _ X. �w '.y c Pr;,� TA\DA.RDCUVSIRI'("iXl�'BIUPItOFOYV,.�\sl.0i`FA. ":A'.1F.DF.JPP.�;J[f�: lu.�Aavr+•in`8i; Fum Rn�.N Apil _. ?O:a 4 . +'J _BdRryRwi 004�11-1 BIUDERS PREQUALIFIG4TIONS P1o2 � Oi.i SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submi2 Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work rype(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evahiation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must �le the infonnation by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified B3lance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address ��vw.window.state.tx.us/taxpernut/ and fill out the application to apply for your Texas taac ID. (2) The firm's e-mail address and fax number. (3) The firm's DtJNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DLTNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequaliiication Requirements a. Financial Stntements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT �VORTH W�tersbend South Phasz 3B STANDARD CONSTRliCTIOt SPECIFICATIO\ DOCLJb4ENTS City Project �10?347 Re� ised April 2,'_'014 004511-? BIDDL-RS PREQUALIFICATIONS Pave = of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas stah�es also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The Ciry will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2} express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — ciu�rent liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidc�er Preyualification �pplication. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of tbe Contractor and which is related to the type of work for which the Contactar is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT �`'ORTH Warersbend South Phasz 3B STANDARD CONSTRLCTIOti SPECIFICATIO\ DOCUb1ENTS Ciry' Project =102847 Re� ised April ?, �01-1 004511-3 BIDDERS PREQUALIFICATIONS Pn�e .i of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT ��'ORTH V✓atzrsbend South Phasz 3B STaNDARD CONSTRUCTIOti 5PECIFICATIOti DOCL::�IENTS City Project `1023�37 Re� ised April 2,'_'O1-1 ooa, i� D.�1P PREQliAI.IFIC r\TION ST.4TEh[E\T P�ae 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors andlor subcontractors whom they intend to utilize for the major work type(s) listed. In the ` i'Vlajor Work Tvpe" box provide the complete maior work type and actual description as provided bv the Water Department for water and sewer and TPW for bavin�. Major Work Type Contractor/Subcontractor Company Narne Prequalification Ex iration Date Roadway and Pedestrian Independent Utility Construction, Inc. 04/03/2021 Li htinQ The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are cuirently prequalified for the wark types listed. BIDDER: Inclependent Utility Construction, Inc. 5109 Sun Valley Drive Ft. Worth, TX 76119 BY: � ,, • (Signature) NAME/TITLE: Richard Wolfe/ President DATE: ��-��`aU�`�1 END OF SECTION CITY OF FORT WORTH Watersbend Souih Phase 38, Ciry N102847 STANDARD CONSTRUCTION PREQUALIfICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12_Prequal Statement Form Version September 1, 2015 00 4� 26 - 1 COtiTRACTOR COMPLI_ANCE bVITH WORKER'S C0�IPENSATION LA�W Pa�e 1 of I SECTION 00 4S 26 CONTRACTOR CONIPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 40C.09((a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No 102847 . Contractor fi�rther certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Indenendent Utilitv Construction, Inc. Company 5109 Sun Vallev Drive Address gy: Ri rd Wolfe P ase Print) � Signature: �� ��� � ` Ft. Worth, TX 76119 Ciry/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § Title: President BEFORE ME, the tmdersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Independent Utilitv Construction Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �1�� day o_ _� �� �� , 2020. � � \, � f � � � °�����''� CHRISTINA GARCIA �� � ���'lVl� . ��`"a"P�B�' otary Pub ic in and for the State of Texas _i?���:Notary Public, State of Texas ;�9f ,,., +�c Comm. Expires 12-20-2024 ''�i°;,�`� Notary ID 130940785 OF SECTION CITY OF FORT WORTH ST�"DARD CONSTRL'CTIUti SPECIFICATIOti DOCLJ?vIENTS Rzvisecl April 2, 201-4 R%atersb�nd South Phase 3B City Project �10?347 00524;-1 Devzloper Awarded Project ARrezment Pa�e 1 of-� SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on is made by and between the Developer, Forestar (USA) Real Estate Groun Inc. authorized to do business in Texas and Contractor, _ Indenendent Utilitv Construction, Inc. , authorized to do business in Texas, acting by and through its duly authorized representative. Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article l. WORK Contractar shall complete all VVork as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Wutersbenrl South Phuse 3B Citv Proiect #102847 FID 30114-0200431-102847-E07685 X —26605 Article 3. CONTRACT TIME 3.1 Time is of the essence. All rime limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 32 Final Acceptanee. The Work will be coinplete for Final Acceptance within 30 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the W ork is not completed �vithin the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance �vith Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer Two Hundred & Fiftv Dollars (�250.00) for each day that expires after the time specified in Paragraph 32 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FURT WORTH Watersbend South Pha>e 3B STANDARD CONSTRUCTION SPECIFIC�TIO�' DOCL"h1ENTS — DEVELOPER AWP.RDED PROJECTS Citv Project �10?847 Rz� ised June 16. ?O1( 00 52 43 - 2 Developer A���rdzcl Project Agrezment Pa�e 2 of 4 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current fimds of Eightv One Thousand Eiahtv Five & 84/100 Dollars (�81,08.5.84) . Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the follo�ving: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insur�nce ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Constnlction Contract far Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached; as incorporated by reference and described in the Table of Contents of the Project's Contract Doeuments. 6. Drawings. 7. Addendl. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorparated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT ��'ORTH Watersbend South Phase 3B ST_1NDARD CONS CRL'CTIO\ SPECIFICATIO?� DOCL;hIENTS — DEVELOPER AWARDED PROJECTS City Project �10?847 Re�ised June 1C.?O1(, 005�43-3 Developer Awarclecl Projzct A�reement Pave i of 4 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnifr, hold harmless and defend, at its own expense, the city, its officers, servants ancl 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 nrovision is snecifically intencled to onerate ancl be effective even if it is alleaed or nroven that all or some of the dama�es bein� sou�ht were caused, in whole or in nart, bv anv act, omission or ne�ligence of the citv. 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. 6.2 Contractor covenants and agrees to indemnifv and hold harmless, at its own espense, 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 snecificallv intended to onerate and be effective even if it is alle�ed or proven that all or some of the damages bein� sou�ht were caused, in whole or in nart, bv anv act, omission or ne�ligence of the citr. Article 7. NIISCELLA:'�EOtiS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractar without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants; agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unenforceable by a court of competent jurisdiction shall be remaining provisions shall continue to be valid and binding CONTRACTOR. 7.5 Governing Law and Venue. unconstitutional, void or deemed stricken, and all upon DEVELOPER and This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT «'ORTH Watersbend South Phasz 3B SI'ANDARD CONSTRliCTIO\ SPECIFIC �TION DOCL1�fEtiTS — DEVELOPER AW?.KDED PROJECTS City Project 7102847 Re� ised June 16. ?01 C Kevin LazaresInvestment Director1/7/2021 OO6f 13- t PERPORMANCL, HOND Pagc I of 2 Bond No. 098371 N l 2 3 4 5 6 7 8 9 ]0 ll 12 13 14 15 SECTION 00 62 13 r�ERFo�ti��NCE BONn THE S'I'ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, [nde�endent Utilitv Construction, Inc. , known as "Principal" herein and VVesttield Insurance Companv , a corporate surety(sureties, if more than one) duly authorized to c(o business in the State of Texas, kno�vn as "Surety" herein (whetlier one or more), are held and tirmly bound unto the Developer, Forestar (US/1) Real Estate Group, Inc., authorized to do business in Texas ("Developer") and the City of Tort Worth, a Texas municipal corporation ("C'ity''), in the pei�al sum oi', �htv-0ne Thousai�d��htv-Five Dollars & Eighty-l�bur Cents (�� 1,085.84�_ lawful money of the t)nitecl States, to be paid in Fort Worth, T�rrant County, "�'e�as for the p�yinent of which sum well and tculy to be made, jointly unto the Developer and the City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmfy by these p►-esents. 17 WHF,REAS, Developer and City have entered into an Agreement for the const��uction of 18 comn�unity facilities in the City of �ort Worth by and through a Community Facilities Agreement, 19 CF� Number 20-0088 ; and 20 WHEREAS, the Principal has entered into a certain written contract with the Deve(oper 2l awarded the day of , 20_, which Contract is hereby referred to and 22 made a part hereof for all purposes as ifi fiully set forth herein, to Furnish all materials, equipment ?3 labor and other accessories detined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Street Li Ig �tin�Facilities to serve 25 Watersbend So�rth Phase 3B. 2(, NOW, THEREFOR�, the condition of this obligation is such that if the said Principai 27 shall taithfully perfonn it obligaCions under• the Contract and shall in all cespects duly and faithfully 28 periorm tlle Work, including Change Orders, under the Contract, according to the plans, 29 specif7cations, and contract documents therein referred to, and as well during any period of 30 extension ot tl�e Contract that may be grant:ed on the part of the Developei• and/or City, then this 31 obligation shail be and become null and void, otherwise to remain in full force and effect. CI"1'Y OF �ORT WOR"fl1 �Vatersbend South Phase 3B SCANDARD CI"fY CONUI`f10NS — DEVGLOPFR AWARDED PROJEC'I'S Ciq- Project No. IG2847 Revised January 3l, 2012 0061 13-2 PGRFORMANCE QOND P1gc 2 of 2 Bond No. 098371N ( PROVID�D FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Ta��rant County, Tesas or the Unitecl States Disirict Court tor the Northern District of Tesas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all (iabilities on this bond shall be determined in C> accor-dance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the day of , 20_. 9 (0 Il 12 13 14 IS I6 17 18 19 20 �� �� 23 24 25 26 ?'7 zs 29 �0 31 32 33 34 35 36 37 38 39 i ATTE f (Pri p�a cretary P � ' . - � ' �' °t.. itness as to Principal ,; r, �� I \ � �'' i�'1.-.�� W'itness as to n�ety Gala Harris PRINCf PAL: INDFPGNDENT' UTIL[TY CONS fEtU .__ N. INC. E3Y: � � , ign u�e Richard WoIPe, President Name and Title Address: 5109 Sun Vallev Drive Port Worth, Texas 7C1 19 SURETY: WESTFIEL NSURANCE COMPANY � __...---- Bl': �� / Signature Kyle W. Sweeney, Attorney-in-Fact Name and Title Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-_51C-2600 40 *Note: lf signed by an officer of the Surety Company, there must be on file a certified extract 4l from the by-laws showing tllat this person has authority to sign such obligation. If 42 Surety's physical address is different fcom its maili�g address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. CfTY OP POR'T WOIZ"1'H Watersbe::d South Phase 3B S7'ANDARD Cl'CY CONDITIONS — DGVELOPER AWARDGD PRO,I�C'I'S City Proiect No. 102R47 Revised January 31, 2012 00(il (k-I PnYME;N'f 130ND Page I of2 Bond No. 098371N I ? 3 4 5 6 THE STATE OI+ T�XAS COLJNTY OF TARRANT SECTION 00 62 14 PAYMGNT BOND § § KNOW ALL BY THESE PRESENTS: § 7 "Chat we, Independent UtilitY Construction, Inc. , known as "Principal" herein, 8 and_ Westfield (nsurance Compan� , a corporate surety (or sureties if more than 9 one), duly authorized to do business in the State of'Texas, known as "Surety" herein (whether one � � or more), are held and Frmly bound unto the Developer Porestar USA) Real Estate Groi�, Inc., authorized to do business in Texas ("Develo�er"), and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sui�� of E,'i�l�tv-One Th�usand, Ei�htv-Five Dolfars & Eis*hty_ 13 Pour Cents (;G81,08.5.84� la�vful money of the United States, to be paid in Fort Worth, Tarrant (4 County, Texas, for the payment of wluch sum well and truly be made jointly unto the Developer 15 and City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 16 assi�ns, jointly 1nd severally, firmiy by these presents: 17 WH�REAS, Developer and City have entered into an Agreement for the construction of 18 comm�mity facilities in the City of Foi�t Worth, by and through a Cotnmunity Facilitics 19 Agreen�ent, CFA Number 20-0088 _; and 20 WHEREAS, Principal lias entered into a certain written Contract with Developer, 2l awarded the day of , 20_, which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 23 labor and other accessories as defined by law, in tlle prosecution of the Work as provided for in 24 said Contract and designated as Street Li�hting Facilities to serve Watersbend South Phase 3B. 25 26 �� 28 �9 30 3l NOW, THEREFOI2E, THE CONDITION OF "THIS OBLIGAT[ON is such that if Principal shali pay all monies owing to a�ry (and all) payment bond benefciary (as defined in Chapter 2253 of the Te�:as Government Code, as amended) in the prosecution of the Work un der the Contract, then this obligation shall be and become null and void; otherwise to retnain in full force and effect. Cl1'Y OP FO�."I' WOR"I'H Watersbend South Phase 3B S'fANDARD C1TY COND1TfONS — DEVELOPI:R AWARUtA PROJEC"I'S City Project No. 102847 Rcvised January 3 L 201? 0061 14-2 PAl'MENT f30ND Page 2 of 2 Bond No. 098371N 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 "fe�as Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 I1V WITNESS WHEREOF, the Principal and Surety have each S[GNED and SEALED 5 this instrument by duly authorized a.gents and officers on this the _ day of , 20_. ATTEST. (P incipll) cretary A i I ` ^ •. , � ----� '� Witness as to Principal �TTEs�r: �"--�..�c � �� f �o i (Surety) Secretary Fcank A. Carrino PRtNCI PAL: fNDEPENDENT UTILITY CONST 'i'ION INC. BY: �� , ig u.�_ ...-- --- — Richard Wolfe, President Nai��e and Title Address: 5109 Sun Vallev Drive Fort Worth, Texas 761 19 SURG'T'Y: WESTF[GLD INSURANCE COMPANY � BY:--- j {��r s� �tu��e — Kyle W. Sweeney Attorney-in-Fact Name and '1'itle � 1 � Address: 55� Republic Drive, Suite 450 �n c, Plano, Texas 75074 ti� Witness as to urety Gala Flarris 6 Telephone Number: 972-516-2600 7 Note: [f signed by an officer of the Surecy, there must be on file a certified extract fi•om the 8 bylaws showing that tliis person has authority to sign such obligation. If Surety's physical 9 address is difPerent from its mailing address, botl� must be provided. 10 II l2 13 Tlle date of the bond shall not be pi•ior to tlle date the Contract is awarded. END OF SECT[ON CI"I'Y OF I�OR"f WOIZ'I'11 \A'atersbend South Yh�se 3f3 STANDARD CITY CONDI"I'[ONS— DEVELOPER AWARDI'D PROJGC"IS City Projcci No. 102847 Revised lanuary 31. 2012 00 Ci2 I 9- i MAIN"fGNANCE 130ND Pagc I of 3 Bond No. 098371N I ? 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 19 NtAINTENANCE F30ND § § KNOW ALL BY THESE PRESENTS: § 8 That we Independent Utility Construction, lnc. , known as "Principal" herein and 9 Westfield Insurance Companv , a corporate surety (sureties, if more than one) duly ] 0 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), I I are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc., 12 authorized to do business in Texas ("Devcloper") and the City of Fort Worth, a'Texas municipal 13 corporation ("City"), in the sum of Ei�l�ty-One 'I'housand, Ei«I�tv-Pive Dollars & Eighty-Four I4 Cents ($8I,085.84� lawful money of the United States, to be paid in Fort Worth, 'Tarrant County, 15 "Texas, for payment of wl�ich sum well and tru(y be madejointly unto the Developer and the City 16 as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, i 7 successors and assigns, jointly and severally, firmly by these presents. I8 t9 WHEREAS, Developer and City have entered into an Agreement for tl�e construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA NiunUer 20-0088 ; and 22 WH�REAS, the Principal has entered into a cer[ain written contract with the Developer 23 awarded the day of , 20_, which Contract is hereby referred to and 24 a made part hereof for all purposes as ii' fully set forth herein, to furnish 111 materials, ec�uipment 25 labor and other accessories as defined by faw, in the prosecution of the Work, including any 26 Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 27 provided for in said Contr�ct and designated as Street Lit�hting Faci(ities to serve Watersbend 28 South Phase 3B; and 29 30 31 32 33 ;4 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contt•act Documents that the Work is and will i•cmain fi•ee from defects in materials or workmanship for anc! during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WOR"I'H Watersbend Sauth Phase 3B S'1'ANDt\RD CPCY CONDITIONS — DI:VELOPER AWARDED PRQIGC'f5 City Projcct No. 102847 Revised .tanuai.y 3 I, 2012 i � 3 4 5 6 7 8 9 10 II i3 l3 14 l5 IC 17 18 l9 20 21 �� 2_i 00(i219-2 MAIN"fGNANCE{ [30ND Pag� 2 0l'3 Bond No. 098371N WHEREAS. Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remec(y any defective Work, for which timely notice �vas provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full fo�•ce and effect. PROVIDED, HOW�VER, if Principal shall fail so to rep�ir or reconstruct any time(y noticed defective Work, it is agreed that the Developer or City m1y cause any and all such defective Work to be repaired and/or reconstructecl �vith all associatcd costs thereofi being borne by the Principal and the Surety under this Maintenance [3onc1; and PROVIDED I+UR'THER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or tlle United States District Court for the Northern District of Te�as, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in natiu�e and successive recoveries may be had hereon For successive breaches. CI'I'Y Of FOfi7' WORTH ST.4NDARD CI7'Y CONDITIONS — DEVGLOP[R AWr1RDLD P20.11:C"1'S Revised .lanuary 31, 2012 Niatersbend South Phase 313 City Projcct No. 102847 0062 19-3 MAIN"fENANC[S BOND Page 3 of ; Bond No. 098371N 4 5 6 7 S 9 10 II 12 f3 14 IS I6 17 18 l9 20 2( ?2 23 �q 25 �� �7 ?g 29 30 31 32 33 .i 4 IN WITNESS WHEREOF, the Principal ancl the Surety have each SIGNGD and SEALED this insh�ument by duly autllorized agents and ofticers on this the day oi' , 20_ � 1 � . � �� rtness as tv Principal ATTES"1': %�a.,lc /,' � � ,.o (, u ety Secr t i�y Frank A. Carrino ) � � ; � I �� — Witness as to Surety Gala Harris PR[NCIPAL: INDGPEND[iNT UTILtTY CONS'I'RU f [NC. BY: � g e Richard Wolfe, President Name and Title Address: 5109 Sun Valley Drive __ }'ort Worth, Texas 761 19 SIJRGTY: WESTFIGLD INSURANCF CONIPANY � , i BY: a r Kvle W. Sweeney, Attornev-in-F'act Name and Title Address: 555 Republic Drive, Suite 4S0 Plano, "fexas 75074 Telephone Number: 972-516-2600 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certitied extract 37 from the by-laws showing that this person has authority to sign such obligation. [f 38 Stu•ety's physical address is different from its mailing address, both must be provided, 39 40 41 The date of the bond shali not be prior to the date the Contract is awarded. Cfl'Y OI� I'OR"1 WORI_F[ 1��!crsbend Soutli Ph�ise 313 ST'ANDARD G'T'Y COND['I'IONS — DEVI:LOPLR AWARDI�D PRO.IIiC'�S City Pr�ject No. 102847 Revised .(anuaiy 31, 2017_ THIS POWER OF ATTORNFY SUPFRCEDF.S ANY PREVIOUS POWER BEE1KIfVG i 111�i �llMt POWER j� AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 4220a52 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center. Ohio Know AI! Men by These Presen(s, That WESTFIFI_D INSURANCL COMPANY, WCSTFIFLD NATION/�L INSURANCL COMPANY and OHIO (-ARM�RS INSURANC6 COfv1P�NY, corporations, hereinaltex referred to inelividually as a'"Company" anei coller.tively as 'Companirs,' duly organized and existing under the laws of the State of Ofiiu, and having its pri�icipal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CFIARLES p. SWEENEY, MICNAEL A. SW[ENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR 5EVERALLY of FORT WORTH and State of TX its true and lawfiil Attorney(s)-in-Fact, with fuil power and authority hereUy conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other inslruments or contracts of surelyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . LIMITATION: THIS POWER OF ATTORNEY CIaNNOT C3E USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITpRY BONDS. and to bind any of the Companies thereby as fuily and to the same extent as if such honds were signed t�y the PresicJent; sealFd with the corporate seai of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming �II that thc said Attorney(s)-in-�ar,t rnay do in the prcmises. Said appointment is made under and by authority of the following resolution adopted hy the Board of Directors of each of the WESTFIFLD INSURANCE COMPANY, WESTFI6LD NATIONAL INSURANCE COMPANY and OI110 FARMFRS INSURANCF COMPnNY: "(3e lt Resolved, that the President, any Senior L"xecutive, any Sccretary or any Rdelity & Surety Operations Executive or other Fxecutive shail Ue and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact ta represent and acl for and on behalf of the Company subject to the followin� provisions: The Attorne.y-in-Fact. may be given full power and authority for and in Ihe name of and on behalf of the Company, to execute, acknowledge anU deliver, any and all bonds, recogiiizances, contrar,ts, agreements nf indemnity and other conditional or obligatory und��rtakings and any and al� notices and documents canceling or terminating the Company"s Iiability thereunder, a�d any such instruments so execute.d by any such Attomey-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corpora[e Secretary." "Be it Further Resolved, that the sic�nature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power oF attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate Uearing facsimile signatures or tacsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting heid on February 8, 2000). ln Witness Whereof, WESTFIELD INSUR!\NCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . Corporate r.•`asVn��C � seals • Affixed � �v '�'' .rau ''•ti �a ? N t tJ�,�,� :�'+L � ,l�i��'•,`. �y� � Y' �� State of Ohio '""""" County of Medina ss.: o`,c.���N.�L �Ns</�'' ?v�; .y � �cn ; wJ Lltll� : m_ 11 : n - H : i :J): :li� �. ..o, ..� . � *� le'48 �� WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY �T ! ^ ` . By: Richard L. Kinnaird, Jr., National Surety Leader and Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides"in Medina, Ohio; that he is Senior ExecUtive ot WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrumenf; that t�e knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial �,,,,«����.,,,� � , Seal .�``'�¢1 A !_ S'•.. Affixed .�P' "11� � '; O;'��.... �j•. y _ Zr�l�._� i' . • • wlliam J. Kahelin, A rney at Law, Notary Public State of Ohio ::N d�� o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: , y �; ..TE O� �.' I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above ar7d foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effed; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. ln Witness Whereof, I have hereunto set my hand and affixed the seals of said Compani,ns at We:stfield Center, Ohio, this day of ,,�,,a�u R,�,�c , , �v '• . � •••~� � � �� .�L�.t�.�,��� � �'`'•'«�,�,•�'f f� ` vO`jP-��nNAC./,ySG,P: ?w; . y`` :��: 'z= _�: s��, =�_ :m= =;o�'. 'n: ;�.• •`.o_ k � ;: 1�4H :; •' •-�--• '. / l � � i ��� � Secreta v 4l(,/1..L..++.Q ry Frar�k A. (;urrinc, Se�.rE;r�ry BPOAC2 (combined) (06-02) IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Campany's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: f�ttq://www.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of I nsurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:J/www.tdi.state.tx.us E-mail: ConsumerProtectionCa�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield fnsurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 l. Supplementary Conditions m. 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. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.B 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. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: ____________________________________________________________ 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: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ 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- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 01 25 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 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.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: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st 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 11th 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 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other 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. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. DIVISION 01 GENERAL REQUIREMENTS 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project #102847 Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 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. 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project #102847 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project #102847 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 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. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 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 l. 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 jj. Questions or Comments 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - 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 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] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. 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. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 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 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 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. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 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 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] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August, 30, 2013 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking 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 33 12 25 – Connection to Existing Water Mains 1.2 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction Specification 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August, 30, 2013 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 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August, 30, 2013 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City’s representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor’s letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor’s foreman and phone number f) Name of the City’s inspector and phone number g) City’s after-hours phone number 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor’s letterhead and include the following information: 1) Name of the project 2) City Project Number 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August, 30, 2013 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor’s foreman and phone number 6) Name of the City’s inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad’s requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August, 30, 2013 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 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August, 30, 2013 EXHIBIT B 01 45 23 - 1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH Watersbend South Phsae 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another form of distribution approved by the City. 01 45 23 - 2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Watersbend South Phsae 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised August 30, 2013 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised JULY 1, 2011 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 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised JULY 1, 2011 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 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - 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. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Watersbemd South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - 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 31 25 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 31 25 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. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Watersbemd South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 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 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 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 01 33 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 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Watersbemd South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 - 1 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. 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. C. 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. D. 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. E. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 - 2 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 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 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 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. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 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 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - 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 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 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 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 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] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 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. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 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 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH Watersbend South Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Watersbend South Phase 3b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Watersbend South Phase 3b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Watersbend South Phase 3b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Watersbend South Phase 3b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #102847 Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application GEOTECHNICAL REPORT Dallas • Fort Worth • Houston • San Antonio Geotechnical Construction Materials Environmental TBPE Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com January 28, 2019 Forestar (USA) Real Estate Group, Inc. 14755 Preston Road, Suite 130 Dallas, Texas 75254 Attention: Mr. Matt Johnson Re: Pavement Recommendations Watersbend South – Phases 1B, 1C, 1D, 3, 5, and 6 Wagley Robertson Road Fort Worth, Texas ALPHA Report No. W182958-A Submitted herein are the recommended pavement sections for the proposed subdivision (Watersbend South – Phases 1B, 1C, 1D, 3, 5, and 6). The proposed subdivision is generally located on the east side of Wagley Robertson Road, about 4,400 ft north of East Bailey Boswell Road in Fort Worth, Texas. This study was authorized by Mr. Matt Johnson on November 1, 2018 and performed in accordance with ALPHA Proposal No. 68158 dated October 31, 2018. This report is an extension of ALPHA Report No. W182958 dated January 2, 2019 containing geotechnical recommendations for residential foundations. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as “Residential - Urban”, “Collector” or “Arterial”, as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to evaluate for the “Client” some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. ALHA Report No. W182958-A 2 The nature and extent of variations between borings may not become evident until construct ion. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential - Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 6 7½ 10 28-day Concrete Compressive Strength (psi) 3,600 3,600 3,600 Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 32 42 42 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Detailed recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 148 test borings to a depth of about 20 ft each. The test borings were performed in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each boring is shown on the attached Boring Location Plan, Figure 1. Subsurface types encountered during the field exploration are presented o n the attached Log of Boring sheets (boring logs. These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: ALHA Report No. W182958-A 3  Moisture Content (ASTM D 2216)  Atterberg-Limits (ASTM D 4318)  Unconfined Compressive Strength (ASTM D 2166)  Sulfate Content (TX-145-E Part II)  Lime Series (Plasticity Index vs. Lime Content) In addition to conventional laboratory testing to assess engineering properties of the soils obtained, bulk samples were obtained from the site near the vicinity of Borings 24 and 112 for moisture-density relationship testing (standard Proctor, ASTM D 698) and California Bearing Ratio testing (CBR, ASTM D 1183). Individual test results are presented on the attached Log of Boring or summary data sheets. GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and Duck Creek formation, near the mapped interface with Pawpaw, Weno Limestone, and Denton Clay undivided formations. These undivided formations generally consist of alternating layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to high shrink - swell potential. Subsurface conditions can be highly variable at/near geological interfaces as evidenced on the attached boring logs. Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 1 ft to 17 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Subsurface conditions encountered in Boring 68 generally consisted of clay extending to the 20 ft termination depth. The upper 5 ft of clay encountered in Boring 68 was visually classified a fill material. Limestone was encountered at the surface in some of the borings which extended to the 20 ft termination depth. Alternating layers of clay and limestone extended to the 20 ft termination depth of a few borings. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the subsurface materials encountered in the borings are relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. At the time of our field exploration, free groundwater was encountered in about one-third of the borings at depths of about 3 ft to 19 ft below the ground surface. It is common to encounter seasonal groundwater in fill material, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures i n the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. ALHA Report No. W182958-A 4 ENGINEERING ANALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Subgrade Preparation Based on review of the borings it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively and mixed with a minimum 32 lbs per sq yard of hydrated lime (by dry soil weight) for Residential Urban streets and 42 lbs per sq yard for Collector and Arterial streets in conformance with TxDOT Standard Specifications Item 260. The recommended application rate equates to about 7 percent based on a dry soil unit weight of 100 pcf. The results of a lime series tests performed on a representative clay sample are attached (Figure 4). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 15. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil-related potential seasonal movements of up to 7 inches depending on the depth of limestone from final grade. Potential seasonal movements are discussed in more detail in ALPHA Report No. W182958 performed for the residential foundations to be constructed at the site. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. ALHA Report No. W182958-A 5 California Bearing Ratio (CBR) tests performed for this specific project indicate the CBR values for the natural clay soil tested could be about 3.0 to 4.6 (Figures 3A and 3B). Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section.  Compressive strength of concrete 3,600 psi at 28 days  Modulus of Elasticity 4,000,000 psi  Modulus of Rupture 620 psi  Modulus of Subgrade Reaction* 280 pci  Load Transfer Co-efficient 3.0  Drainage Coefficient 1.0  Initial PSI 4.5  Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial)  Standard Deviation 0.39  Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25 -year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. Using the Street Classification of “Collector” as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. ALHA Report No. W182958-A 6 Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 5 ± 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of 24 samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample No. Boring No. Depth, ft Material Type Soluble Sulfate, mg/Kg (ppm) 1 5 2-4 Brown Clay 55 2 6 0-1 Brown Clay 61 3 14 0-0.5 Brown Clay 76 4 29 0-2 Brown Clay 72 5 39 0-1 Brown Clay 72 6 42 0-2 Brown Clay 78 7 47 0-1 Brown Clay 44 8 52 0-2 Brown Clay 62 9 59 0-2 Brown Clay 74 10 65 2-3 Tan Clay 108 11 74 2-4 Brown Clay 97 12 77 2-4 Brown Clay 93 13 81 2-3 Brown Clay 61 14 84 2-4 Brown Clay 74 15 93 0-0.5 Brown Clay 52 ALHA Report No. W182958-A 7 16 102 2-4 Brown Clay 139 17 107 2-4 Light Brown Clay 96 18 111 0-2 Tan Clay-fill 64 19 117 0-1 Light Brown Clay 109 20 126 4-6 Light Brown Clay 84 21 136 2-4 Tan Clay 72 22 141 2-4 Brown Clay 84 23 143 2-4 Light Brown Clay 52 24 147 2-4 Brown Clay 58 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading The upper 5 ft of clay encountered in Boring 68 was visually classified a fill material. E xisting fill was also encountered to a depth of about 1 ft below the existing ground surface in Borings 5 and 7 drilled for the referenced preliminary study. Some grading and stockpiles of fill were observed on the site and apparent from historical aerial photography. The existing fill materials can also contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered at the ground surface and within 1 ft to 4 ft of the existing ground surface in several borings. We expect limestone could be encountered during general excavation and grading at this site. The limestone encountered in the borings was hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack ALHA Report No. W182958-A 8 hammers, or saw cutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof-roll should be removed and replaced with well-compacted material as outlined in the Fill Compaction section. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. ALHA Report No. W182958-A 9 Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 5 percentage points above optimum. Clay soils with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone or other rock-like materials used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of limestone or other rock-like materials used as fill is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. In general, processed limestone used as fill should have a maximum particle size of 6 inches. However, any processed limestone used as fill within 3 ft of the final pavement subgrade elevation should have a maximum particle size of 3 inches. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 98 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. ALHA Report No. W182958-A 10 Groundwater Groundwater was encountered in about one-third of the borings at depths of about 3 ft to 19 ft below the ground surface. Shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. ALHA Report No. W182958-A 11 Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. CLOSURE All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, INC. January 28, 2019 Brian J. Hoyt, P.E. Mahsa Hedayati, Ph.D., P.E. Geotechnical Engineer Geotechnical Department Manager MH/BJH/klf Copies: (1-PDF) Client Attachments: Boring Location Plan – Figure 1 Moisture - Density Relationship – Figure 2 California Bearing Ratio (CBR) – Figure 3 Mechanical Lime Series – Figure 4 WinPAS Analysis Results Log of Borings (Borings 1 through 149) Key to Soil Symbols and Classifications GEOTECHNICAL EXPLORATION PAVEMENT RECOMMENDATIONS WATERSBEND SOUTH - PHASES 1B, 1C, 1D, 3, 5, AND 6 OFF WAGLEY ROBERTSON ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W182958-A BORING LOCATION PLAN FIGURE 1A P-3 B-40B-39B-38B-37 B-36B-35B-34B-32 B-49B-48B-47 B-46B-45B-44B-42 B-43B-41 B-33 B-16B-15B-14B-13B-12 B-11 B-10 P-2 P-1 B-8 B-7 B-6 B-5 B-4 B-2 B-1 P-4 P-5 B-31 B-17 B-18 B-21 B-26 B-28 B-29 B-25B-24B-23B-22B-20B-19 B-27 B-30 B-3 B-9 WAGLEY ROBERTSON ROAD N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W181629) GEOTECHNICAL EXPLORATION PAVEMENT RECOMMENDATIONS WATERSBEND SOUTH - PHASES 1B, 1C, 1D, 3, 5, AND 6 OFF WAGLEY ROBERTSON ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W182958-A BORING LOCATION PLAN FIGURE 1B P-8 B-50 B-49B-48B-47 B-60B-59B-58 B-57B-56 B-55 B-54 B-52 B-53 B-51 B-70B-69 B-68B-67 B-66B-65B-64 B-62 B-63B-61 B-80B-79 B-78B-77 B-76B-75 B-74B-72 B-73 B-71 B-90B-89 B-88B-87B-86B-85 B-84B-82 B-83B-81 B-95B-94 B-91 B-93B-92 P-7 P-9 P-6 WAGLEY ROBERTSON ROAD N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W181629) BORING LOCATION PLANGEOTECHNICAL EXPLORATION PAVEMENT RECOMMENDATIONS WATERSBEND SOUTH -PHASES 1B, 1C, 1D, 3, 5, AND 6 OFF WAGLEY ROBERTSON ROAD FORT WORTH, TEXASALPHA PROJECT NO. W182958-AFIGURE 1CP-11P-13P-12P-14P-15 P-10 B-100B-99B-98B-97B-96B-110B-109B-108B-107B-106B-105B-104B-102B-103B-101B-120B-119B-118B-117B-116B-115B-114B-112B-113B-111B-130B-129B-128B-127B-126B-125B-124B-122B-123B-121B-131B-132B-133B-134B-135B-136B-137B-138B-139B-140B-141B-142B-143B-144B-145B-146B-147B-148B-149WAGLEY ROBERTSON ROADP-11P-13P-12P-14P-15 P-10 B-100B-99B-98B-97B-96B-110B-109B-108B-107B-106B-105B-104B-102B-103B-101B-120B-119B-118B-117B-116B-115B-114B-112B-113B-111B-130B-129B-128B-127B-126B-125B-124B-122B-123B-121B-131B-132B-133B-134B-135B-136B-137B-138B-139B-140B-141B-142B-143B-144B-145B-146B-147B-148B-149WAGLEY ROBERTSON ROADN APPROXIMATE BORING LOCATIONAPPROXIMATE PRELIMINARY BORING LOCATION (W181629) Optimum Moistuire Content (%): PL: FIGURE 2A 21Sample Location: Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) Classification:CL Project No: W182958-A Date:11/07/18 Material Description:Brown Sandy Clay LL:42 22.6 % Passing #200:68.5% Maximum Dry Unit Weight (pcf):96.0 PI : 21 B24 80 85 90 95 100 105 110 115 120 5.0%10.0%15.0%20.0%25.0%30.0%35.0%Dry Unit Weight, (pcf)Moisture Content, (%) Optimum Moistuire Content (%):26.2 % Passing #200:87.9% FIGURE 2B Maximum Dry Unit Weight (pcf):91.4 PI : 44 Date:11/07/18 Classification:CH LL:71 Sample Location:B112 PL:27 Material Description:Dark Brown Clay Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) Project No: W182958-A 70 75 80 85 90 95 100 105 110 10.0%15.0%20.0%25.0%30.0%35.0%40.0%Dry Unit Weight, (pcf)Moisture Content, (%) Optimum Moistuire Content (%): FIGURE 2C Maximum Dry Unit Weight (pcf):87.6 PI : 45 28.7 % Passing #200:93.2% Sample Location:B79 PL:28 Classification:CH LL:73 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) Material Description:Dark Brown Clay Project No: W182958-A Date:11/07/18 80 85 90 95 100 105 110 115 120 15.0%20.0%25.0%30.0%35.0%40.0%45.0%Dry Unit Weight, (pcf)Moisture Content, (%) CBR @ 0.20 Inches = 3.0% FIGURE 3A Sample Location:B24 CBR @ 0.10 Inches = 3.7% Material Description:Brown Sandy Clay Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No:W182958-A Date:11/07/18 0 10 20 30 40 50 60 70 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in Material Description:Dark Brown Clay Sample Location:B112 CBR @ 0.20 Inches = 4.5% FIGURE 3B CBR @ 0.10 Inches = 4.6% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No:W182958-A Date:11/07/18 0 10 20 30 40 50 60 70 80 90 100 110 120 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in CBR @ 0.20 Inches = 3.9% FIGURE 3C CBR @ 0.10 Inches = 4.3% Project No:W182958-A Date: Sample Location:B79 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 11/07/18 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Material Description:Dark Brown Clay 0 10 20 30 40 50 60 70 80 90 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in 6%8% PI 40 24 REPORT OF MECHANICAL LIME SERIES RESULTS FIGURE 4A 19 14 10 W182958-A Date:01/24/19 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 Borings: 20, 57, 88, 96, 142 % Lime 0%2%4% Project No: 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime FIGURE 4B PI 43 27 20 13 9 Project No:W182958-A Date:01/24/19 % Lime 0%2%4%6% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS 8% Borings: 63, 67, 79, 82 and 91 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime 0%2%4% 43 24 20 8%6% PI 12 FIGURE 4C REPORT OF MECHANICAL LIME SERIES RESULTS Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 01/24/19Project No:W182958-A Date: % Lime Borings: 1, 22, 26, 41 and 55 16 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime 01/24/19 Borings: 104, 129, 133, 138 and 145 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No:W182958-A Date: 6%8%% Lime 0%2%4% FIGURE 4D 17 11 8PI4223 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Residential Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 5.91 930,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.00 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:12:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Collector Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7.52 3,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.25 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:11:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Arterial Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 9.87 13,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.50 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:09:59PM Engineer: 32 35 86 32 54 100/ 1" 100/ 1.5" 100/ 0.75" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 18.0 20.0 781.75 2.0 0.9 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):18 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:1 36 31 80 25 55 100/ 0.75" 100/ 1.5" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 17.0 20.0 1.75 1.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):17 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:2 36 79 28 51 100/ 1.75" 100/ 0.75" 100/ 1.5" 100/ 0.75" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 17.0 20.0 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):17 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:3 32 58 19 39 100/ 1.5" 100/ 1.25" 100/ 1.25" 100/ 0.5" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 15.0 20.0 1.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):15 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):19. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:4 23 23 24 18 17 42 19 23 100/ 1.75" 100/ 1.5" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 10.0 14.0 20.0 98 1.75 3.25 3.25 4.5+ 4.5+ 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):8 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:5 34 69 22 47 100/ 2.5" 100/ 1.5" 100/ 1.5" 100/ 0.5" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 11.0 20.0 1.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:6 42 83 25 58 100/ 2" 100/ 1.5" 100/ 0.75" 100/ 0.75" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 13.0 20.0 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):12. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:7 37 100/ 1" 100/ 1.25" 100/ 1" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 13.0 20.0 0.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:8 26 55 19 36 100/ 2.5" 100/ 1.5" 100/ 1.5" 100/ 1.25" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 14.0 20.0 1.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):3 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):14. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:9 100/ 3.5" 100/ 2.5" 100/ 3" 100/ 2.5" 100/ 1.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 15.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:10 100/ 3.5" 100/ 2.5" 100/ 3" 100/ 2.5" 100/ 1.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 15.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:11 23 44 19 25 100/ 2.5" 100/ 1.5" 100/ 1.75" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 14.0 20.0 1.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:12 34 73 24 49 100/ 1.25" 100/ 1.5" 100/ 1.25" 100/ 0.75" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 11.0 20.0 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:13 32 68 22 46 100/ 1.5" 100/ 0.75" 100/ 1.75" 100/ 0.75" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 11.0 20.0 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:14 29 100/ 3.25" 100/ 2.5" 100/ 1.75" 100/ 0.75" 100/ 0.75" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 11.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:15 28 100/ 2.25" 100/ 1.5" 100/ 0.75" 100/ 1.25" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 12.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:16 24 38 20 18 100/ 2.25" 100/ 1.25" 100/ 1.5" 100/ 0.75" 100/ 0.75" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 15.0 20.0 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/11/2018 End Date:11/11/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):3 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):17. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:17 31 74 25 49 100/ 2.75" 100/ 2.5" 100/ 1.5" 100/ 1.25" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 14.0 20.0 2.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:18 27 61 23 38 100/ 2.5" 100/ 1.25" 100/ 0.75" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 15.0 20.0 873.25 1.2 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:19 21 18 68 26 42 100/ 1.5" 100/ 1" 100/ 1.5" 100/ 0.5" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 17.0 20.0 4.25 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:20 32 73 26 47 100/ 3" 100/ 1.5" 100/ 1.75" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 17.0 20.0 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:21 35 27 82 28 54 Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 12.0 20.0 1.75 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:22 100/ 3.25" 100/ 2.5" 100/ 0.75" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 10.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:23 100/ 2.25" 100/ 1.5" 100/ 0.75" 100/ 0.75" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 7.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:24 100/ 1.5" 100/ 0.75" 100/ 0.75" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:25 25 16 14 33 18 15 100/ 2.5" 100/ 1.25" 100/ 1.5" Brown CLAY Tan CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 5.0 20.0 984.5+ 4.5+ 4.5+ 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/17/2018 End Date:11/17/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:26 35 11 17 37 16 21 100/ 1" 100/ 0.75" 100/ 0.5" 100/ 0.75" Brown CLAY Light Brown CLAY wtih calcareous nodules Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 5.0 18.0 20.0 1.75 2.5 3.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/17/2018 End Date:11/17/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:27 18 100/ 1" 100/ 0.75" 100/ 1" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 17.0 20.0 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/17/2018 End Date:11/17/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:28 16 41 19 22 100/ 1.5" 100/ 1.25" 100/ 0.5" 100/ 1.25" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 16.0 20.0 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/17/2018 End Date:11/17/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:29 27 100/ 0.5" 100/ 1" 100/ 0.75" 100/ 0.5" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 12.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/17/2018 End Date:11/17/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:30 27 11 71 25 46 100/ 2.75" 100/ 1.5" 100/ 1.25" 100/ 1.25" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 17.0 20.0 4.25 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):17 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):19. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:31 18 55 19 36100/ 2" 100/ 1.25" 100/ 0.75" 100/ 1.5" 100/ 1.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 18.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):15 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):19. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:32 100/ 3" 100/ 1" 100/ 1.5" 100/ 1" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 18.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:33 24 51 24 27 100/ 2" 100/ 1.5" 100/ 1.25" 100/ 0.5" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 17.0 20.0 4.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:34 38 35 79 27 52 100/ 1.25" 100/ 0.75" 100/ 1" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 16.0 20.0 2.25 2.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/17/2018 End Date:11/17/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:35 23 22 23 20 46 20 26 100/ 1.5" 100/ 1.5" 100/ 1.75" Brown CLAY - with limestone fragments at 6 ft Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 17.0 20.0 2.5 3.0 2.75 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/17/2018 End Date:11/17/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:36 30 22 15 68 24 44 100/ 0.25" 100/ 0.75" 100/ 0.75" 100/ 0.25" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 18.0 20.0 2.75 4.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:37 37 73 25 48 100/ 2.5" 100/ 0.75" 100/ 1.25" 100/ 1.5" 100/ 1.25" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 17.0 20.0 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:38 35 77 24 53 100/ 2.5" 100/ 0.75" 100/ 0.75" 100/ 1.25" 100/ 1.25" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 14.0 20.0 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:39 100/ 8" 100/ 1.75" 100/ 1.25" 100/ 1" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 12.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:40 22 14 16 12 48 21 27 100/ 0.75" 100/ 1.5" 100/ 1.5" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 6.0 18.0 20.0 4.25 4.25 1.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):6 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:41 38 14 7 67 23 44 50/ 4" 100/ 0.75" 100/ 0.75" 100/ 1" 100/ 0.75" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 18.0 20.0 1.75 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:42 30 6 71 25 46 50/ 3" 100/ 0.5" 100/ 0.75" 100/ 1" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 17.0 20.0 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:43 12 14 54 20 34 100/ 0.75" 100/ 1.5" 100/ 0.5" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 16.0 20.0 4.5+ 1.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/9/2018 End Date:11/9/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:44 22 25 72 23 49 100/ 4" 100/ 2" 100/ 1.25" Brown CLAY Tan LIMESTONE with clay seams and layers Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 4.0 6.0 16.0 20.0 103 2.25 1.75 1.3 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:45 100/ 0.75" 100/ 1" 100/ 0.5" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 12.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:46 14 70 23 47 100/ 1.25" 100/ 1.75" 100/ 3" 100/ 1.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 15.0 20.0 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/29/2018 End Date:11/29/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:47 24 13 67 22 45 100/ 3.5" 100/ 1" 100/ 0.75" 100/ 0.5" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 14.0 20.0 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:48 33 12 16 76 24 52 92/ 11" 100/ 1.5" 100/ 0.25" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 16.0 20.0 892.0 2.0 1.3 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):4. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:49 18 9 42 21 21 100/ 5" 100/ 1.25" 100/ 2.25" 100/ 1.25" Tan LIMESTONE with clay seams and layers Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 3.0 15.0 20.0 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:50 28 13 7 9 11 62 22 40 100/ 7" 100/ 1.75" 100/ 1.5" 100/ 1.25" Light Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 2.0 20.0 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:51 28 12 10 7 8 4 62 21 41 100/ 2" 100/ 3.5" 100/ 0.5" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 6.0 18.0 20.0 2.5 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:52 100/ 6.5" 100/ 3.5" 100/ 2" 100/ 1.25" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 16.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:53 21 8 9 15 9 64 22 42 54/ 12" 100/ 1.25" 100/ 1" 100/ 1.25" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 2.0 4.0 20.0 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:54 14 31 27 11 10 7 50 21 29 100/ 7" 100/ 3" 100/ 1.25" 100/ 0.5" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 4.0 5.0 20.0 93 3.0 2.0 3.0 1.3 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:55 28 6 7 6 68 24 44 100/ 3" 100/ 0.75" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 11.0 20.0 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:56 29 23 17 38 19 19 100/ 3" 100/ 1.25" 100/ 1.25" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 4.0 6.0 20.0 3.0 3.0 4.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:57 100/ 1.25" 100/ 1" 100/ 0.75" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 11.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:58 32 17 42 20 22 84/ 12" 100/ 1.25" 100/ 1" 100/ 1" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 2.0 4.0 20.0 2.5 4.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:59 31 16 72 26 46 100/ 2.5" 100/ 1.25" 100/ 1" 100/ 0.75" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 4.0 16.0 20.0 3.0 4.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:60 100/ 4.5" 100/ 2" 100/ 1" 100/ 1" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 11.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:61 34 19 26 14 12 100/ 2.5" 100/ 1.25" 100/ 1" 100/ 1" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 3.0 16.0 20.0 2.25 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/14/2018 End Date:11/14/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:62 33 18 34 17 17 100/ 1.5" 100/ 1.25" 100/ 1" 100/ 1" Brown CLAY Light Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 2.0 4.0 20.0 872.25 3.0 1.8 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/13/2018 End Date:11/13/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:63 23 54 22 32 100/ 5" 100/ 1" 100/ 1.5" 100/ 2.5" 100/ 1.75" Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 1.0 20.0 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:64 7 16 20 27 14 13 100/ 1.25" 100/ 0.25" 100/ 0.5" 100/ 0.75" Tan LIMESTONE with clay seams and layers - possible fill Tan CLAY Tan LIMESTONE with clay seams and layers Tan CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 4.0 6.0 8.0 20.0 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:65 32 67 24 43100/ 1.25" 100/ 0.75" 100/ 0.75" 100/ 0.25" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 13.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:66 34 29 29 32 29 26 51 19 32 100/ 0.75" Brown CLAY Reddish Light Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 6.0 10.0 15.0 20.0 93 1.75 2.25 2.0 2.25 2.25 0.5 1.3 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):13 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):14. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:67 14 14 20 25 21 22 27 57 16 22 11 35 33/ 12" Tan CLAY with limestone fragments - FILL Brown CLAY Tan CLAY TEST BORING TERMINATED AT 20 FT 5.0 8.0 20.0 4.5+ 4.5+ 4.5 4.0 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:68 33 31 32 13 11 76 24 52 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 11.0 20.0 2.25 2.5 2.5 3.75 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):10 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:69 25 30 27 16 21 13 9 45 21 24 100/ 0.75" 100/ 0.25" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 10.0 17.0 20.0 94 4.25 3.0 3.75 4.0 0.5 2.3 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):10 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):15. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:70 24 18 16 20 15 46 23 23 100/ 1.5" 100/ 2.5" Brown CLAY Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 6.0 10.0 20.0 4.5+ 4.5+ 4.5+ 4.5+ 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:71 32 30 29 11 87 29 58 100/ 2.5" 100/ 0.5" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 11.0 20.0 1.5 1.75 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):6 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):16. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:72 28 30 29 25 25 83 27 56 100/ 0.5" 100/ 0.75" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 11.0 13.0 20.0 2.0 2.5 3.25 4.25 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):8 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:73 29 27 25 16 18 12 80 27 53 100/ 0.75" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 14.0 17.0 20.0 110 2.25 3.0 3.0 4.25 4.25 2.4 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):10 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):12. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:74 29 31 28 11 12 88 30 58 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 11.0 13.0 20.0 2.75 2.5 3.5 3.25 3.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):8 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):17. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:75 28 25 29 27 23 80 26 54 Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 10.0 15.0 20.0 2.5 3.5 2.5 3.25 3.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):13 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:76 31 30 25 80 26 54 100/ 0.5" 100/ 0.75" 100/ 0.75" 100/ 1.25" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 13.0 20.0 98 1.75 2.25 2.5 1.6 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):6 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):18. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:77 32 28 28 23 16 74 23 51 100/ 1" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 10.0 12.0 20.0 1.25 1.5 1.5 3.0 3.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:78 25 25 22 50 19 31 100/ 0.5" 100/ 0.5" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 11.0 20.0 2.0 2.0 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):6 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:79 28 25 14 19 66 21 45 100/ 1" 100/ 0.75" 100/ 0.75" Brown CLAY - with limestone fragments at 6 ft Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 11.0 20.0 1.5 2.25 4.25 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):7 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):18. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:80 32 24 64 20 44 100/ 1" 100/ 0.25" 100/ 0.25" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 6.0 20.0 871.25 2.75 0.9 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):17. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:81 35 28 70 22 48 100/ 0.25" 100/ 0.75" 100/ 0.5" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 7.0 20.0 1.5 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):5 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):17. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:82 31 26 75 23 52 100/ 0.75" 100/ 0.25" 100/ 0.25" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 10.0 20.0 1.25 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):16. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:83 34 33 31 77 24 53 100/ 1" 100/ 1" 100/ 1.25" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 11.0 20.0 93 1.75 2.25 2.75 2.1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:84 37 82 27 55 100/ 3" 100/ 1" 100/ 1.5" 100/ 1.25" 100/ 1.25" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 10.0 20.0 1.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:85 36 56 23 33 100/ 1.5" 100/ 1" 100/ 1.25" 100/ 0.75" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 7.0 20.0 1.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):3 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):18. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:86 33 67 23 44 100/ 4" 100/ 0.75" 100/ 0.5" 100/ 0.75" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 7.0 20.0 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:87 34 25 70 23 47 100/ 1" 100/ 1.5" 100/ 1" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 9.0 20.0 1.25 2.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:88 35 67 22 45 100/ 0.5" 100/ 4" 100/ 1.75" 100/ 1.25" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 11.0 20.0 1.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:89 38 74 25 49 100/ 3.5" 100/ 4.5" 100/ 2.75" 100/ 1.5" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 12.0 20.0 1.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:90 35 15 74 26 48 100/ 1.25" 100/ 1.25" 100/ 1" 100/ 1" Brown CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 20.0 104 1.25 2.25 1.2 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):3 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:91 34 18 17 9 14 73 25 48 100/ 1.25" 100/ 1" Brown CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 12.0 20.0 110 2.5 4.5+ 4.5+ 4.5+ 4.5 4.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:92 37 11 17 70 23 47100/ 3" 100/ 1.5" 100/ 1.25" 100/ 1" 100/ 0.75" Brown CLAY Tan LIMESTONE with clay seams and layers Tan CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 9.0 10.0 20.0 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:93 38 8 65 21 44100/ 3" 100/ 1.25" 100/ 1" 100/ 0.75" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 8.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):5 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:94 38 80 26 54 100/ 1.75" 100/ 0.5" 100/ 0.75" 100/ 1" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 7.0 20.0 2.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:95 20 18 14 17 44 21 23 100/ 4.75" 100/ 7" 100/ 0" 100/ 0.25" Brown CLAY - with limestone fragments at 3 ft Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 16.0 20.0 943.0 2.75 1.1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:96 22 18 24 41 19 22 100/ 0.25" 100/ 0.5" 100/ 0.5" Brown CLAY with limestone fragments Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 6.0 12.0 20.0 3.5 3.5 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:97 44 22 21 21 10 13 6 59 20 39 100/ 1" 100/ 0.25" 100/ 0.5" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 7.0 12.0 20.0 2.5 3.0 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):7 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):6. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:98 42 23 9 13 66 23 43 100/ 1.5" 100/ 1" 100/ 0" 100/ 0.25" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 11.0 20.0 105 1.5 3.5 2.2 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):19. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:99 15 8 14 26 28 14 14 100/ 5" 100/ 5.5" 100/ 0.75" 100/ 0.25" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 3.0 12.0 20.0 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/20/2018 End Date:11/20/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:100 18 22 17 17 13 64 22 42 100/ 0.75" 100/ 1" Light Brown CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 12.0 20.0 3.0 4.0 4.0 4.5+ 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:101 24 19 61 21 40 100/ 1.5" 100/ 0.75" 100/ 0.5" 100/ 0" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 12.0 20.0 3.5 4.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:102 38 23 66 22 44 100/ 4.75" 86/ 10" 100/ 0.25" 100/ 0" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 13.0 20.0 1.5 3.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):6 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):6. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:103 33 29 29 28 16 77 25 52 100/ 0.25" 100/ 0" Brown CLAY Tan CLAY with limestone fragments Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 12.0 20.0 2.5 2.0 2.25 2.5 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:104 4 13 10 10 38 19 19 100/ 3" 100/ 5.5" 100/ 1.25" 100/ 1" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 8.0 10.0 13.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:105 20 19 17 19 38 17 21 100/ 0.75" 100/ 5" 100/ 1.5" 100/ 1.5" Brown CLAY Tan LIMESTONE with clay seams and layers Tan CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 3.0 8.0 10.0 20.0 3.5 4.0 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):17 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):19. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:106 20 19 16 17 43 22 21 100/ 4" 100/ 0.75" 100/ 1" 100/ 0.75" Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 14.0 20.0 4.5+ 3.75 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:107 28 27 29 68 23 45 100/ 1" 100/ 0.5" 100/ 3.5" 100/ 0.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 15.0 20.0 1.75 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:108 35 31 30 32 12 8 11 78 26 52 100/ 5.5" 100/ 1" 100.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 17.0 20.0 90 1.5 2.5 2.0 1.75 1.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:109 21 25 18 11 71 22 49 100/ 1" 100/ 0.5" 100/ 0" Brown CLAY - with limestone fragments at 5 ft Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 13.0 20.0 2.5 4.0 3.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/19/2018 End Date:11/19/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:110 26 21 19 18 41 20 21 99/ 9.25" 100/ 3" 100/ 0" Tan CLAY - FILL Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 7.0 15.0 20.0 3.75 4.5+ 4.5+ 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/16/2018 End Date:11/16/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):14 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):12. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:111 26 10 66 22 44 100/ 3" 100/ 3" 100/ 0.25" 100/ 2.5" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 3.0 11.0 20.0 4.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/16/2018 End Date:11/16/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):16 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):15. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:112 33 28 24 29 20 10 67 22 45 100/ 1" 100/ 0.75" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 12.0 14.0 20.0 2.5 2.5 3.5 2.5 1.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:113 28 25 25 25 21 21 47 23 24 100/ 0.5" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 15.0 16.0 20.0 104 2.0 3.5 3.0 2.25 2.0 3.5 1.7 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):15 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:114 23 14 12 13 53 21 32 75/ 6.5" 100/ 3" 100/ 1" 100/ 0.25" Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 12.0 20.0 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:115 8 7 100/ 2.5" 100/ 1.5" 100/ 2.5" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 12.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:116 7 4 27 10 46 22 24 100/ 1.25" 100/ 2.25" 100/ 1" 100/ 1.25" Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 15.0 20.0 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:117 30 24 25 27 17 18 38 19 19 100/ 0.5" 100/ 0.25" Tan CLAY with calcareous deposits Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 15.0 20.0 4.25 2.25 3.25 2.0 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/16/2018 End Date:11/16/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:118 18 10 7 38 19 19 100/ 7" 100/ 6.5" 100/ 1.5" 100/ 0.75" Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 5.0 20.0 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:119 100/ 2.25" 100/ 3.5" 100/ 1" 100/ 1" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 14.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:120 13 38 7 12 9 95 31 64 100/ 1.75" 100/ 0.75" 100/ 1" 100/ 0.75" Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 16.0 20.0 4.5+ 1.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/15/2018 End Date:11/15/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:121 28 16 19 17 61 22 39 62/ 12" 100/ 7" 100/ 1.5" Tan CLAY Tan LIMESTONE with clay seams and layers Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 8.0 12.0 16.0 20.0 4.5 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:122 100/ 4" 100/ 2.5" 100/ 1.25" 100/ 1" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 11.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:123 100/ 1.75" 100/ 1" 100/ 1.5" 100/ 1.25" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 11.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:124 100/ 5.5" 100/ 3.5" 100/ 1" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 12.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:125 7 16 18 23 17 42 20 22 100/ 7.25" 100/ 0.5" 100/ 0.25" Tan CLAY - possible fill Light Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 6.0 9.0 15.0 20.0 105 4.5+ 4.5 3.5 4.5+ 4.5+ 2.1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/16/2018 End Date:11/16/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:126 16 13 17 13 39 18 21 58/ 12" 100/ 2" 100/ 0.75" Tan CLAY Tan LIMESTONE with clay seams and layers Tan CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 6.0 13.0 20.0 4.5+ 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:127 60/ 12" 100/ 2.5" 100/ 1" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 11.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:128 15 23 16 19 12 41 20 21 100/ 2.5" 100/ 0.5" 100/ 0.25" Light Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 8.0 14.0 20.0 4.5+ 4.5+ 4.5+ 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/16/2018 End Date:11/16/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:129 18 31 24 26 22 17 11 60 20 40 88/ 10" 100/ 1" 100/ 0.5" Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 9.0 13.0 20.0 100 4.5+ 3.5 4.5+ 4.0 3.0 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/21/2018 End Date:11/21/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:130 23 12 15 10 33 15 18 100/ 2.5" 100/ 3.5" 100/ 3.5" 100/ 1.25" Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 12.0 20.0 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:131 11 8 11 7 33 16 17 100/ 6.5" 100/ 2" 100/ 1" 100/ 1" Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 12.0 20.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/26/2018 End Date:11/26/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:132 24 20 18 26 10 9 9 31 15 16 100/ 1" 100/ 1.25" 100/ 1" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 8.0 15.0 20.0 102 4.5 4.5+ 3.5 3.5 1.7 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/29/2018 End Date:11/29/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:133 32 30 28 29 27 19 73 24 49 100/ 6.5" 100/ 2" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 8.0 13.0 20.0 3.25 2.5 2.5 3.25 3.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):14. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:134 34 32 27 13 28 21 59 29 30 45/ 12" 100/ 5.5" 100/ 2.75" Brown CLAY Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 8.0 16.0 20.0 3.5 1.75 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):13 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):13. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:135 25 8 13 35 17 18 100/ 1.75" 100/ 1.25" 100/ 1" 100/ 1" Brown CLAY with limestone fragments Tan CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 4.0 16.0 20.0 1.5 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:136 34 27 25 24 21 14 25 21 79 43 26 21 53 22100/ 5.5" 100/ 2.5" Brown CLAY Tan CLAY Tan GRAVELLY CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 13.0 15.0 17.0 20.0 3.25 3.0 3.5 3.5 3.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):14 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):13. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:137 32 22 19 19 13 17 25 52 22 30 82/ 11" 100/ 3.75" 100/ 2" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 8.0 16.0 20.0 3.5 4.5+ 4.5+ 2.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):9. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:138 22 21 19 9 9 57 22 35 100/ 3.75" 100/ 2" 100/ 2.5" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 16.0 20.0 105 108 4.5+ 4.5+ 4.0 2.9 2.3 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:139 35 31 31 28 20 18 18 55 19 36 100/ 7.5" 100/ 2.75" Brown CLAY Light Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 13.0 17.0 20.0 2.0 2.75 2.5 3.5 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):13 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):13. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:140 22 19 20 20 21 25 46 22 24 68/ 7.5" 100/ 2" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 13.0 16.0 20.0 113 4.5+ 4.5+ 4.0 4.5+ 3.75 4.1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):14 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):8. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:141 33 20 19 23 13 19 56 18 38 100/ 4.5" 100/ 1.25" Brown CLAY Light Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 8.0 13.0 16.0 20.0 3.5 4.5+ 4.25 4.5+ 4.5+Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/29/2018 End Date:11/29/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):9. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:142 32 21 11 18 23 11 38 16 22 100/ 2.75" 100/ 2" 100/ 0.75" Brown CLAY Light Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 6.0 9.0 15.0 20.0 2.0 2.0 0.75 2.5 2.75 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/29/2018 End Date:11/29/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):4. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:143 24 26 26 24 10 7 10 41 20 21 100/ 4" 100/ 1.75" 100/ 1" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 8.0 13.0 20.0 3.5 3.75 3.25 2.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:144 35 31 28 29 22 15 15 79 26 53 100/ 2.5" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 8.0 17.0 20.0 95 2.5 2.0 2.5 2.5 3.75 2.5 3.0 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/27/2018 End Date:11/27/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):18. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:145 35 26 25 23 23 18 12 57 19 38 96/ 9.5" 100/ 3.75" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT 8.0 14.0 20.0 2.00 1.75 2.75 2.75 3.25 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:146 33 24 19 20 21 23 26 57 20 37 100/ 7.5" 100/ 2.25" Brown CLAY Light Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 12.0 16.0 20.0 2.5 3.0 4.0 4.5 3.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):12 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):9. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:147 31 23 20 19 13 12 9 45 22 23 92/ 7.5" 100/ 2.5" 100/ 1.25" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 8.0 14.0 20.0 3.0 4.5 3.5 2.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:148 32 22 17 11 48 21 27 100/ 3.25" 100/ 1" 100/ 0.5" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 6.0 13.0 20.0 892.25 2.5 0.25 1.5 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:11/28/2018 End Date:11/28/2018 Project:Watersbend South - Phases 1B, 1C, 1D, 3, 5, and 6 Client:Forestar (USA) Real Estate Group, Inc. - Dallas Hammer Drop (lbs / in):140 / 30 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):4 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):4. . PROJECT NO.:W182958 Location:Fort Worth, Texas Sheet 1 of 1 BORING NO.:149 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT