HomeMy WebLinkAboutContract 57112-PM1FORT WORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Walsh Ranch — Quail Valley
PA3 E
IPRC Record No. IPRC21-0104
City Project No: 103494
FID No. 30114-0200431-103494-EO7685
File No. W-2794
X File No. x 27060
CSC No. 57112-PM1
Mattie Parker David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
William Johnson
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
HUITT A IIM6
500 W. 7th Street, Suite 300
Mail Unit 23
Fort Worth, TX 76102-4728
Phone: (817) 335-3000
Fax: (817) 335-1025
TBPE Firm Registration No. F-761
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Section 1 –
Contract including water, sewer, paving
and storm drainage
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
Technical Specifications which have been modified by the Engineer specifically for this Project;
hard copies are included in the Project’s Contract Documents
Division 02 - Existing Conditions
Date
Modified
02 41 13 Selective Site Demolition NONE
02 41 14 Utility Removal/Abandonment NONE
02 41 15 Paving Removal NONE
Division 03 - Concrete
03 30 00 Cast In Place Concrete NONE
03 34 13 Controlled Low Strength Material (CLSM) NONE
03 34 16 Concrete Base Material for Trench Repair NONE
03 80 00 Modifications to Existing Concrete Structures NONE
Division 26 - Electrical
26 05 00 Common Work Results for Electrical NONE
26 05 10 Demolition for Electrical Systems NONE
26 05 33 Raceways and Boxes for Electrical Systems NONE
26 05 43 Underground Ducts and Raceways for Electrical Systems NONE
Division 31 - Earthwork
31 10 00 Site Clearing NONE
31 23 16 Unclassified Excavation NONE
31 23 23 Borrow NONE
31 24 00 Embankments NONE
31 25 00 Erosion and Sediment Control NONE
31 36 00 Gabions NONE
31 37 00 Riprap NONE
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair NONE
32 01 18 Temporary Asphalt Paving Repair NONE
32 01 29 Concrete Paving Repair NONE
32 11 23 Flexible Base Courses NONE
32 11 29 Lime Treated Base Courses NONE
32 11 33 Cement Treated Base Courses NONE
32 11 37 Liquid Treated Soil Stabilizer NONE
32 12 16 Asphalt Paving NONE
32 12 73 Asphalt Paving Crack Sealants NONE
32 13 13 Concrete Paving NONE
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps NONE
32 13 73 Concrete Paving Joint Sealants NONE
32 14 16 Brick Unit Paving NONE
32 16 13 Concrete Curb and Gutters and Valley Gutters NONE
32 17 23 Pavement Markings NONE
32 17 25 Curb Address Painting NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
32 31 13 Chain Fences and Gates NONE
32 31 26 Wire Fences and Gates NONE
32 31 29 Wood Fences and Gates NONE
32 32 13 Cast in Place Concrete Retaining Walls NONE
32 91 19 Topsoil Placement and Finishing of Parkways NONE
32 92 13 Hydro Mulching, Seeding, and Sodding NONE
32 93 43 Trees and Shrubs NONE
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing NONE
33 01 31 Closed Circuit Television (CCTV) Inspection NONE
33 03 10 Bypass Pumping of Existing Sewer Systems NONE
33 04 10 Joint Bonding and Electrical Isolation NONE
33 04 11 Corrosion Control Test Stations NONE
33 04 12 Magnesium Anode Cathodic Protection System NONE
33 04 30 Temporary Water Services NONE
33 04 40 Cleaning and Acceptance Testing of Water Mains NONE
33 04 50 Cleaning of Sewer Mains NONE
33 05 10 Utility Trench Excavation, Embedment, and Backfill NONE
33 05 12 Water Line Lowering NONE
33 05 13 Frame, Cover and Grade Rings Cast Iron NONE
33 05 13.10 Frame, Cover and Grade Rings Composite NONE
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade NONE
33 05 16 Concrete Water Vaults NONE
33 05 17 Concrete Collars NONE
33 05 20 Auger Boring NONE
33 05 21 Tunnel Liner Plate NONE
33 05 22 Steel Casing Pipe NONE
33 05 23 Hand Tunneling NONE
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate NONE
33 05 26 Utility Markers/Locators NONE
33 05 30 Location of Existing Utilities NONE
33 11 05 Bolts, Nuts, and Gaskets NONE
33 11 10 Ductile Iron Pipe NONE
33 11 11 Ductile Iron Fittings NONE
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe NONE
33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type NONE
33 11 14 Buried Steel Pipe and Fittings NONE
33 11 15 Pre Stressed Concrete Cylinder Pipe NONE
33 12 10 Water Services 1 inch to 2 inch NONE
33 12 11 Large Water Meters NONE
33 12 20 Resilient Seated Gate Valve NONE
33 12 21 AWWA Rubber Seated Butterfly Valves NONE
33 12 25 Connection to Existing Water Mains NONE
33 12 30 Combination Air Valve Assemblies for Potable Water Systems NONE
33 12 40 Fire Hydrants NONE
33 12 50 Water Sample Stations NONE
33 12 60 Standard Blow off Valve Assembly NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
33 31 12 Cured in Place Pipe (CIPP) NONE
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers NONE
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer NONE
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe NONE
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe NONE
33 31 22 Sanitary Sewer Slip Lining NONE
33 31 23 Sanitary Sewer Pipe Enlargement NONE
33 31 50 Sanitary Sewer Service Connections and Service Line NONE
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains NONE
33 39 10 Cast in Place Concrete Manholes NONE
33 39 20 Precast Concrete Manholes NONE
33 39 30 Fiberglass Manholes NONE
33 39 40 Wastewater Access Chamber (WAC) NONE
33 39 60 Epoxy Liners for Sanitary Sewer Structures NONE
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts NONE
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain NONE
33 41 12 Reinforced Polyethlene (SRPE) Pipe NONE
33 46 00 Subdrainage NONE
33 46 01 Slotted Storm Drains NONE
33 46 02 Trench Drains NONE
33 49 10 Cast in Place Manholes and Junction Boxes NONE
33 49 20 Curb and Drop Inlets NONE
33 49 40 Storm Drainage Headwalls and Wingwalls NONE
Division 34 - Transportation
34 41 10 Traffic Signals NONE
34 41 10.01 Attachment A Controller Cabinet NONE
34 41 10.02 Attachment B Controller Specification NONE
34 41 10.03 Attachment C Software Specification NONE
34 41 11 Temporary Traffic Signals NONE
34 41 13 Removing Traffic Signals NONE
34 41 15 Rectangular Rapid Flashing Beacon NONE
34 41 16 Pedestrian Hybrid Signal NONE
34 41 20 Roadway Illumination Assemblies NONE
34 41 20.01 Arterial LED Roadway Luminaires NONE
34 41 20.02 Freeway LED Roadway Luminaires NONE
34 41 20.03 Residential LED Roadway Luminaires NONE
34 41 30 Aluminum Signs NONE
34 71 13 Traffic Control NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
Division 02 - Existing Conditions
Date
Modified
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/20/2012
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings - Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings - Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 11 15 Pre Stressed Concrete Cylinder Pipe 02/14/2017
33 12 10 Water Services 1-inch to 2-inch 12/20/2012
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber Seated Butterfly Valves 12/20/2012
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A Controller Cabinet 12/18/2015
34 41 10.02 Attachment B Controller Specification 02/2012
34 41 10.03 Attachment C Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 8 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
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 (If required by City)
GC 6.09 Permits and Utilities
GC 6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
I�lj'.�{ li'�II'�I�:
I'i:..P Ill'� I'ILi.i'�� )� �.I.
,' 1 �.f�
SECTION 00 42 43
pe�eloper Awarned Prnjeets - PRdPQSAL F�RM
Walsh Ranch - quail Valley: PIBt�ning Area PA3E CPN: I 1�34�1•I
UNIT PRI�E BID Bidder's Application
Prrrec� I�erl lnformatirs,+ E3idder', ]'ropus;tl
f3idlist [t:m Sp::cil�can�n L1Tiitvt 19i:j
Ucsc:�.ptinn l!r:i� T'�i�c k3ic� Vflltir
?]i�. fic[h:m Itin. Uraisurr t}�uiiihly
UNIT l: WATER IMPROVEMENT
1 0241.1118 A"-?2" Pressure Plug 02 41 14 EA 12 S1.5D0.�70 �1S,�Oa.�O
2 3311.Oa01 ❑ucti[e Iron Water Fittings tivl Restraint 33 11 11 T�N �.�p $8,5�0.�0 �52.7a0,OD
3 3311.{JpE1 4" PUC WaterPipe 33 11 12 LF 9fi� �34.OD �32,708.�d
5 3311.fl251 S" D1P Water 33 11 i4 LF 7[}5 $6�.4i3 �4a,30a,fl0
fi 3311.Q254 �" DIP Waler, CLSM Backfll �3 T��� LF 338 $?O,UO $23,6fib.qo
7 3311.a2E1 S" PVC Water Pipe 33 i1 12 LF 62�$ $4$.�[3 $3d1.344.Q�
S 9999.�Od1 8" Fusihle PVC Water Pipe 00 OD �fl LF 3295 �72.p0 $237,240.64
9 3311.p461 12" PVC Water Pipc 33 11 12 LF 30 $$2.da $2,464_6p
10 33Q5.2Qi7L 8" Water Carrier Pipe 33 05 24 LF $8 �128.[]4 $�1,264_00
11 3305.11D3 2�" Casinq By Qther Than Qpen Gut 33 05 22 LF gg $46ti.d4 $�0,480-AO
12 3312-0[7p1 Fire Hydrant 33 12 d0 EA 11 $4,500.QQ �49,540.�7U
13 3312.0109 Connectian to Existinq 3Q" Water Main 33 12 25 EA 1 S�8.500.00 ��8,50fl.�0
14 3312.�117 Canner.tion to Existinq 4"-12" Water Main 33 12 �5 EA 1 �u�.500.OQ $�,5D6.0�
15 3312.2�03 1" Water 5er�ice 33 12 10 EA 257 �9.�5d.00 $2fi3,550.00
4� 3312.3002 6" Ga[e Uaive 33 12 20 EA 9 $1,250,�4 $� t.250.Q[7
1T 3312,30D3 8" Gate Valve 33 12 2� EA 2B $1.550.�0 $43,400.[10
18 3312.3a05 12" Gate Val�e 33 12 20 EA 2 $3,DOa.dO $B,noa.aa
19 3305.61�9 Treneh 5afety 33 Q5 1� LF 11F08 $1.4� 511:608.Ofl
20 9999.DU�SAutamatic Flushinq ❑evice �D 00 44 EA 1 $4,5[�[].QO 34,500.(]q
TOTA� 11NIT 1: WATER IMPRC]VEMENTS $1,171.964.0�
C1TY OF FQRI' 14'ORT'i L4r ;h FCnn�l� - Que.1 4'r,llcy ]':1iF,
SfdND,Vf 13 L'l3l�Si Rd;(��flnh' SPF[�4FiCni i.`1N I3C['1:�,Ii?V'f5 -[7G'v:-' i1PF: R•1LV.4RI?I'C1 PfL(7fl;C��Y\' Cll} PvJ:c: tiu_ � fl?=���'I
For�n Vc�si.m �;ay ^.2, 2fi l ;
+ii::= �l� . �, I�al�i.
u.ti1'-f.31f] PRuI'iis��.[.
]':I�' C �.' i � I 'i
S£CTfON DO 42 43
Developer Awarded Projeets - PRdP�SAL F�RM
Walsh Ranch • QuaH Valley: Planning Area PA3E CPN: [ai:s��.�
UNIT PRICE �ID �idder"s Application
F'rrrc�9 Ilerr Infiv�n;N�nn Riddcr', Prnposal
f3idlist [tem Specilican�n L'rrtul' Iii;1
l7e,�r:ptinn LJni� Piicc Hid Vn[uc
\�o. Scc[�on lti��. �1�',isar:; �winrn}•
L1NIT ll: SAMITARY SEWER IMPROVEMEMT
331� 10
1 3331 4115 S" Sewer Pipe 33 31 12 LF 10573
33 31 2Q S52.q0 $549,796.06
33 11 1d
2 3331.41i6 8" 5cwer Pipe, C55 6ackfll 33 31 12 LF B05
33 31 2Q �GP.00 $37,51 a_i]0
3 3339.10a1 d' Manhole 33 39 1b EA fi2
33 39 20 $4,200.OD $2fi0,d0a,q0
4 3339.1402 d' Drap Manhole 33 39 10 EA 9
33 39 2d �ifi.20�.0� $55.$O[]_OQ
5 3339.1fl03 4' Extra ❑epth Manhole 3� 3g �� VF 163
33 39 20 $2�5.00 $33,415_OU
6 3339.0�01 �paxy Manhole Liner 33 39 fi0 VF 1Q1 $395.00 539,895.00
7 3331.3101 4" Sewer Service 33 3� 5� EA 251 $BpQ.OQ $200,84D.0Q
8 33D5.6109 Trench5afely 33Q510 LF 11178 $1,00 $1i,178.0U
10 3301.04(]2 Pnst-CCTV Inspection 33 01 31 LS 1 $42,5pp.Q0 $d2,5p0.6a
11 ;3301.01�1 Manhole Vacuum 7esting 33 �1 3� EA 79 $150.p4 $1�,650.6�
12 9999.QOfl2 8" Drfl Conner[ion to Existin Ahanf�ole �Q QQ �� LS 1 $6.5�Q.0❑ $6.500.QD
TOTqL UNIT II: SANITARY SEWER IMPRQVEMENT$ $1,2-08,444.60
C:II�Y l]F hLlli�� lv'(!]t[�H 41�;i.:li I�.�i�; li -� 1,�;:i� '.':;���:•, �':4;1=
S�A.T�Ct,1R[7C�[)NS]�RI:C"C1i'�.SI'l:�'ll-1t�:1C]•:i.`:T�i�:'ll?��I[:ti�f�-f::l:';C:I�sl�l.'r1r�.l':'�I:I�ti[�fll'[1C!J'�:i�l�� l�iy�I��si�r:iV� �ii��l�+.l
FLnm V�rs.on }Ir+y 22, 2511'/
I;li,'.VS 4�•I��F.�.
G.iP � Cil[7 f'ILOFDS?.[
1'u�� i.�l�i
SECTIaN 04 42 d3
�e�eloper Awarded Prpjects - PRbPflSAL F�RM
Walsh Ranch - Quail V21t0y: _ PlBnnfng Ar�a PA3� CPN: lt�.i�i��d
UNIT PRICE BIQ Bidder's Application
Yr��iccl ]lerr.7n[nrm, Lior. Ili.:der's Prnp�isa�
Ridli�c [irn� Sncci;icati��u Unit��f t3i.!
I?e�crip:ii�n L.1it Yri�c ISid 4'aluc
Nu. 5celi�ni �u b'u+� ir.: [ju�n�i'}�
uNrT ui: oRA1MAGe InnPR4�eMENTS
1 3341A2�1 21" RCP, Cfass fil 33 a1 1U �� 58D �Ffl.OQ ^�34.800.6�
2 3349.0205 24" RCP, Class IJl 33 49 10 LF 3442 �70.00 $24U.940.D4
3 3341 A302 30" RGP, Glass I II 33 41 1[] �F �gyg $85.0� $144,41�.a0
4 3341.fl309 3fi" F2CP, Class III 33 41 10 LF 744 $115.00 $$0,950.0�
5 3341 Ad02 42" RCP, Class ill 33 41 10 LF B77 $1A5.d� �9S.16a.0�
8 3341.fl409 48" RCP, Class III 33 41 1D LF 59 $170.�p $11,73U.Qq
7 3349.dQ01 4' Starm Junctian Box 33 49 10 EA 15 $6.�D�.Ofl $9d,000.00
$ 334p.0402 5' Starm Jun�tion eox 33 49 1C] EA 3 $9.5Da.d0 ��8,504.0�
$ 3349.10�3 24" Flarea Headwall, 1 pipe 334940 EA 1 �3,5UD.�D $3,500.0�
iU 3349.1pp5 3�" Flared Headwall, 1 pipe 34 49d0 EA 1 $d,pUO.dC] �4,q00.�f]
11 3349.1007 3fi" Flared Headwall, 1 pipe 33 49d0 FA � ��,540.p0 �4,500.OQ
72 3349.1Q09 42" Flared Headwall, 1 pipe 33 49A� EA 1 55,500.00 �ia,500.�0
13 3349.1411 48" Flared Headwall, 1 pipe 33 4940 EA 1 5fi,500.�0 �6,50�.0�
14 3349.SQ[]1 10' Cur6 InICt 33 0.9 2[] EA 17 53,fi0D.{?D $5i,Z0U.0'�
15 3349.5002 15' Cur6 VnYet 33 49 20 EA 1q $4,fi0a.00 �Ed,AdO.(]7
16 3349.5063 20' Curh Inlet 34 49 2D EA 2 $5,6UO.U0 �11,?_Oq.L]J
17 3'l37.01�4 Mediurn 5tone Riprap, dry 31 37 40 SY 45fi 595.00 $A3,32dA+7
18 33�5.fl109 Trench 5afety 33 q5 10 LF 71T1 $1.L]0 �7,171_OU
19 3349.9Q03 4' Grate: Inlel 33 49 2a E�1 3 56.5Qa.00 519,50�,0�
�d 9999AOQ3 Factar Stram W e Cr�nnecliori 0[7 DQ 00 EA 20 S40o.0a �8.Da6_�0
TIITA� UNIT kll: ORAINAGE IMPROVEMENTS $968,361 _QO
c�Tv��rrnaTw�n[�rEi 15;31ti.I?:�1�'� �Jd:+ll'�nll�;i�,��i.
Sf.L'�[].LRI�[�UV.:1lLl;f�'Ititi�PF.[II�IZ-.�fl�)\[nli:�'.1[S�fl;-[71`.`:��C�I�GR�4'.��:'�ItUfpP[?iiJL��f� �'�r-l'r.,i:cih:: in7.4cq
F�;��� v�,�:�� � yc:�y �a, sri:e
r:i�;'1; �,.I��r�.
[•:,r 1;�[ r�cc-�rn::ti:
i�,•��-� �,:.s
secnor� aa az a3
DeveloPer Awarded Projects - PF2�P�SAL F�RM
Walsh Ranch • quail Vailey: Planning Area PA3E CPi1l: 1i1;4«�
UNIT PRICE BID Bidder's Applicatian
E'cij¢r.l Ilem Inf�n�ialinn L3idd�e's PecpnsaJ
}3idlititl[cm ,jpccifi:;{tion L'nituF Aid �
I)cs�ripunn lJnit Pritc Bid 1,jlt,c
Vu. tic4liini Vu. LS�t�surc QUAnlll�
UNIT�V: PAVING IMPIZOVEMENTS
3 3213.01[11 6" Conc P�mt 32 13 13 5'V 39131 $38.5� $1.5D6,543.50
2 3213.0163 8" Conc Pvmt 32 13 13 5Y 586 $5p.5q $�9,593.�0
3 3211.05Q1 6" Lime Treatment 32 11 29 5Y 44874 $325 $ia5,6a5_5a
4 3211,U502 8" LimeTreatrnent 3� 11 29 5Y 1250 �3.50 �A.375.fl0
5 321'1,0400 Hydrated Llrn�; �fi" Pave @ 36 IhslsyJ 32 Z1 29 TM1J 807 $i9Q.Q4 a153,330.40
6 3211.dAp0 Hydrated Lime {8" Pa�e G 49 Ibslsy} 33 11 29 TN 3a $190.Ob $5,7[iQ.[]0
7 3213.0302 5" Canc Sidewalk 32 13 20 5F 18798 $4.5[7 584,591.Qq
8 3213.a5�1 Barrier Free R2mp, Type R-1 32 13 2� EA 12 51,8D�.oD $27 ,6�O.d�
9 3�13.{}5[}4 Barri�r Fre� Ramp, Type M-2 32 13 20 EA 4 $1,800.00 $7,200.dd
14 3213.0546 Barrier Free Ramp, Type P-1 3� 13 24 EA 2$ $1,840.04 $4fi,800.QC1
11 �2d1.1300 Remove Conc Curb&Gutter U2 41 15 LF dBfl S3D.bfl $14,400.Q0
�2 9999.00C74 Furnishllnstail Walsh Ranch Style 5ign Past �Q �� �0 EA d
& Faundatiflr� wlRenulatary Sian $'l,200.04 $4.800.00
13 �3999.[1p05 Furnish+'Install Walsh Ranch 5tyle 5ign Post �0 OD OQ EA 19
& Foundatson wlRegulatory 5ign & Name Blades $�,��p_pp $3d,40�.�0
TQTAL UNIT 1V: PAViNG IMPROVEMENTS $2.054,978.��
cr:YraernKru�nx:N 11':i.,h Rv.n:h-l).iai:1'all::}}�,�3r:
S TANI? �lR I� L� L� NSI� 12 L'C l�.fJ� 5 f"t � I�-1 C•7�i li] V ili ] C L"�i I' M1��f S- I?.= L�f: I[ 71'E: Q�31�� n ILD�i f� I'1( [31 k�C'"I-S [� i y���r:•i ti c I[] � 1 S�
Fnrm �eni�en ti�ny.^a, 7f�i �
I,I,���'�-V L�'•�II"i':
')nj' 1:1111'IL�11'f'��.1.
PaK_ i �:'.
seGTION ua 42 �3
developerAwardnd I'rajer.ts - PROPOSAL F�RM
Walsh Ranch - Quail Valley: IPlannin9 Area PA3E C PN� I u:;.is
UNIT PRICE BID Bidder's Ap�plication
k'n��ccl ][::rn 1f:ibrh�a116n
]3i:ilistit�m Specifieauon C.niiot I3id
C�cs cr i} �t io n
tin. Scctinn Nn. t7c.�surc C)uunt
l3id Summary
UNIT I� WRTER IMPROVEMENTS
L1NIT II: SANITARY SEWER Ih�1PR�VEMEf�TS
UNIT III: DRAINAGE IMPROVEMENTS
UIJI7 IV: PAVING IMPRDVEMENTS
This 6id ic skihmitted hy tlre enl'sL�� named 4elnH�:
BLiI uF. R:
CON:L'f'S1+'R C'UnSI 121IC77C7V 'Cx, I..i'.
53Z7 }11 L' H�['A 5 1.
FC)RT 1V[]RrH, T7i �fj119
C:nniractnr agrccs �n cooa�lelc H'UIZK iar F[NAI. ACC:F.PTAIVCF nilhin
4:UN 1'HACT cmm�iences Ta run as pru�iqcd in Ihc G�neeal Cunditiuns.
h:Z'!1 OP SG:f"FEi)\
I'nlal C'nnstructiun BiJ
l3idder; E'rnpnsal
l:f<i� Nr3�c H:�i V:�lu�
$1,1 f1,96d,QC�
$1,248.444.00
_ 5s�8.3o�.oa
$2,(}54,978.00
55.443.687.00
LiY: 13Etc][:K HL]C:C;iVS
I I I !.I•.: I'rcide4st
UATE :
�!+� wnrkingda}s a1[rr the date w6en tFic
L'll'Y C1F' FOItT 14'ORTI 1t.il;i� I.�.iicl. -�Ju:+ I':.i.i�:, th�l:
STAN�Akf3C'UwSl�ltl:�'�flr P. �1�4�� I��I� �.', I��� iF. I�: +r��.w�l��vl �- I�I��':I�I :�I':�I? .LtL��tl?I�if� �i I'P rlll.i-�I ti i�'i ;• I�rni� � I h�: I�il�l�+�
��o�n 14i.,i��r- S:cp , � 1q1��
tiG45 ]2
DAPPREQiIALIFTCAT[ON STA7EAlENi
Rase 1 of 1
sFc�'ronr oa 4s �z
bAP — PREQL]AI,I�-'ICATIOI�` 5TATFVI�;N'1'
F.ach �3idder is required to complete tlie information below by idcntifying the prequalified contractors
and�or su�contraGtors whvm thc:y intcnd to utiliae for th� rnajot worh rype(s) listed. In tne "lv_Iaj,or 1�Vork
TkP�" p�i_de the cornptete major ti�•ork t��e and aGt I description as pro�idec� bti the �Vater
�partrnerrt fQr �,�ater and sewer and TP�'� for pavir�
Majar Work Typc C.ontractarl5ubcontractor Cnmpany Narne Prequaiit�catinn
Ex iration Da#e
11�'ater I rovements C.onatser Constructi�n TX, L.P. 1D.�31I2022
Storm I7rain Im rovements Co�atSer Canstructinn 'I'7C [..P. 1�+'3112Q22
Concrefe Pa�in� Irn . rnvcmcnis Conatser Construction TX, L.Y. � 110312D23
The undersigned hereby certifies that thc contraetors andlor subcontractprs desGribed in the table abo�e
are �urrently prequalified for th� wark typcs lister�.
BID�ER:
Coi�atser Constructian TX L.P.
53ZT Wichita St.
Fort Wvrth, TX 7G 1 f 9
HY� Brock Muggins
.
(S ignature}
TTTLE: Pr�ident
��TE:
a�rof F�artiv�HrN
DO4512_VrequalifmtionStahm�nt2015 D.4P.danr
Eh'IJ U�' SECTIDI�T
wafsh Ranch -Quafl Valley PA3E
City Project Na. 1U3494
00 45 26 -1
GaN'CRACT(]R CQMPI,IANCS W1TH WORI�ER�S C4�vrrrr,sa�rrnrr E.�w
Page ] vf i
1
2
3
4
5
b
7
S
�3
70
i]
12
13
�4
rs
16
17
18
�9
2[]
21
za
z3
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3S
39
SECTI�N O(l �5 26
C'C3NTRACT�lZ COMPLIAI*ICE �VIT�i WQRKER'S CQMPENSATI�N LAR�
Pursuant tv Texas Labar Code Sectinn 4�6.U9G(a}, as amended, Cantrac#or cer�ifies that it
pravides worker's cQrnpensatinn insuraizcc co��era�e for all of its employees ernployed on City
Prnject I�a. ? 03494 Cantractar fi.irther certifies that, pursuant ta Texas l.abvr C:�ocie, 5ection
�406.096(h), as amended, it will pravide to City its subeontractor'S certificates of carnplia�ce with
work�r's cc�mpensatian ca�erage.
CO�f TRACTOR:
Conatser C.onstructian TX. I_.�'. By; Brnck N.u�ins
Company {Plcasc Print]
5327 �Vichita St_ 8i�mature: �� ��
Address
Fort Warth. TX 7d119
CitylStat�'Zip
� STAZE OF TEXAS
co�rn•�i�vo� �r�►xxnN-r
�
§
Titie: President
(FIease Prurt}
B��RE MF., th� undersi�rned autt�nriry, nn this �iay pers�nally appeared
�1'� . known to me to hc thc person wk�ase namc is
suf�scribed to the fo �-� aing instrume , and ackiiowlec�ged to me that t�rls�c executed the same as
the act and deed af � for the purposes and
ennsideratior� lhcrein expressed and in lhe capaciry therein stated.
G VE]ti LTt�llLi� M Y HAND AN➢ S�AL OF QFFICE this day af
r , 2�
�i P� KAMAA HOERi[� �t�tary Ptib2ic in and for ihe c Texas
T _ - _ 6 l
y' n Nqtal'jr PI�iC� SqEe of Toxes
; �� �y
r , , c�. E� u�tsnnx3
''� b� iti Notas�v II] 13�13ib2-R
- END OF SECTIDIV
c1TY flr raRr wnRrx
STAhDAR17 CQNSTRUCTIOIt 5E'��If�iL'A'1'IO\ L]UCUMEItiTS
Revised Apri] 2, 2014
Walsh Ranch - Quail Val ley PA3 ii
C:ity Prnjcct 7tin. ] 03d44
DoeuSign En�elope 1�: �9288�5C-D6�7�BB7-9EC$-AE5EE33887FE
no sz a3 • i
I]evclnper Aw�rdcd Projeet Agreement
P�ge i of4
10
11
12
13
14
i5
lb
17
18
19
2�
2
SECTION OD 52 43
AGREEMEN'1
3 THIS AC�FZEENIENT, autharized nn is rnade by and between tlie De�eloper,
4 Quail Valley De�co III, LI.C., auihcsrized to da bus�ness in '1'exas ("De�elvper"} , and Conatser
5 Construc#ion '1'X, L.F._, authori�ed to do business in Texas, acting by and thraugh its duly
6 authnri�ed represcntatiye, �"Contractor"}.
7 L]e�•ei�per and Cantractor, in consic�eratian of the mutual �o�enants hereinafter set fartl�, agre� as
8 follows:
9 Articic 1. WORK
Contractor shall c�mptete a11 Wvrk as specificd crr indicated in the Contract Documents for rtlic
Project identified herein.
Article 2. PRQ,��;CT'
T�Se project for which the Wark under the Contrav�t Uocuments may be the whol� or pnly a part is
generally dcscribcd as follows:
Walsh Ranch-C]uail VaYlev PA3E
Citv Pro'ect N • 494
Artiele 3. C�IYTRACT TIME
3.1 Time is nf thc cssence.
All time iimits for Milestones, if any, and Final Acceptance as 5tat�d in the �ontr�ct
Doeuments are of ihe essence to this Contra�f.
? 1 3.2 Fina! Elcceptance.
22 The Work wi�I hc s.omplete for Fuiaf Aoce�stanc� within 13Uwarking da}'s af�er the date v��hen
23 the C:ontract Time cnmmcnGcs to run as provided in Paragraph 12.(]� nf t�� Standard City
24 Coz�ditinns of the C;onstructi�an Cot�tract for der+eloper Awarded Prajec.-ts.
25 3.3 Liquidated damagcs
26
27
28
zs
3D
3I
32
33
34
35
Contractor recognizes that timc is of the esse�lce ❑f t11is Agrecm�nt and that I7evefpper will
suffra- finaneial 1�s5 ifthe Wark is nat complcted within the times specified in Paragraph 3.2
abnwc, plus any extension ther�of allnwed in accordance with Article 1 Q nf the Standard
Ciiy Cnnditians of ihe Constructioil Contract for Devcloper Awarded Prajects. The � j�
Contractor also recognizes the delays, cxpense and diffictilties in�ol��d in Prn�ing in a ie�;al t�
proceeding the actual loss suifu�red b� the De�elaper if tf�� Wnrk is not coi�pleted on time.
Accordingly, instead nf requiring any such proof , Contractor agt'ees that as liquidated
dar�iag�s far delay {but not as a penaIty), Contractar shall �a}� Lle�eloper ❑ne I�oi�sand
Dollars ($1Qd0.00} for ea�h day that expires after the time specificd in Yara�,naph 3.2 far Final
Acceptar�c� until ihe City iss�es the Final I.ettcr o�Acc:eptance.
CiTY QF FQRT V+'DRTIi
STAhIJARI] CQNSTRUC'T1C)h SPECIFICATIQNDpL'.UMENT5—
Dt:VEL(]PER AV4AR�ED PR47JECT5
Rcviscd Junc ] 6, 2C116
Walsh Ranch -Quai] Vallev PA3E
City Prnjcct Nn. 1�3494
OoctrSi�gn Envetope IQ: 09299F5G-i7867�8B7-S�C8-AE5EE358$7FE
45
46
47
48
49
50
51
52
53
54
5S
56
57
58
59
d0
6!
62
63
64
b5
66
d7
b$
69
70
71
72
73
36 Article 4. CONTRACT PRICC
9U5243-2
Develaper Awarded Frnj cct Agrccmcn!
Page2 nf$
37 Deve2oper agrccs to pay (:ontra�tor �or performance of thc Wark in accordaiice with thc Corrtract
38 Dncurncnts an amount in current funds of Fivc Millian Naur Hundred Fort� "!'hree 'I'housand Six
39 �e� � T '=l�t y Seven I7ol lars arni �ero Cents_ ($ . 43. r5�37. DU .
44 Artiele 5. CUNTRAC.T D�CtiME�ITS
4l 5.1 �aNTENTS:
42 A. 'i'he C'�ntract Documents �rhich comprise the cntire agreement be�ween �e�elqper and
43 Coiitra�tor ca�tcerning the Work �onsist afthe foilowing:
44 1. 'i'his Agreement.
2. Attachments to this ngr�cment:
a, Bid Fnrrn [As pro�ided by �eveloper)
l� Prnpnsal Form {L7AP Wersi on)
2} Prequaiification 5tatement
3) 5tat� and �'cderal documents [�roject spec�e}
b. lnsurance ACDRD Farm(s)
c, �'ayrnent Bond (D1,P Version)
d. Performance Bnnd (D�1P Versian)
e. ]vtaints:nance HQnd (DAP Version]
f. Powcr af Attamey for the Bonds
g. Warker's Cvmpensatian Affidavit
h. MB� andlor 5BE C�amrnitment Form (If required)
3. 5tandard Ciiy General Conditians oF the C�nstructivn C:antract for De�eIoper
Awardcd Prajt�cts.
4. SupplcmGnfary C:onditior�,
5. 5pecitications specifical�y made a part of the Cnntract Uocuments by atlachment or, if
nat attached, as incorparated hy reference and describ�d in t�ie Table of Contents of
the Project's �nntract Documcnts.
�. Il�wings.
7. Addenda.
S. i7ncumentation subrnitted by Contractor pribr to IVotice af �lward.
9. The fol�o�ving which may be deli�cred or issued after th� Eff'ectiG•c ]7atc nf thc
�1gre�rricnt and, if issued, hecome an in�orporated part of the Contract Documents:
a, notice to �'ro�eed.
b. �'ie�d C]rders.
c. CFIac��e Orders.
d, Letter of �'inal Ac�eptancc,
CITY C]F FORT Vu'C1RT1�
STANDARD CDNSTRTICTIDN SPF.C1HfCATIONDOCLIME;NT$—
ll1:Y�LUY�R AWAfLDEi7 1'RU.TECTS
Rcviscd Junc16,2a1b
WaLsh Raiich - []uail Val[ey PA3F
City Projecf Na. f 03494
�acuSign Env�lape I�� 09299F5C-GB67-+}BB7-9EG8-AE5EE35887FE
00 52 43 - 3
Ikveloper Arvarded Prvject Agreemcnt
Fage3 of4
85
$6
87
88
$9
9U
91
92
�4 Articie 6. IiVDEMPTIFICATIL]N
75 6.1 Coniractvr cv�enants and agrees to indemnify, hold harmless and dcfend, at its o►vn
7b expense, the city, its ofticers, ser►�ants and emplayees, frvm and against any and all cZaims
77 arising out of, ar alleged tu arisc out of, the wnrk a�d ser�-iccs to be performed hy the
78 enntractar, its officers, a�ents, em�loyees, suhcontractors, Zicenses or in�itces under Lhis
79 contract. This indcrrxnificatinn ro�isinn is s eciiicall inten d to a erate and b
80 effectire even if it is alt ed or ro�en thxt aIl or svme nf the darnx es h tn s u h w
81 c�vsed, in t3=f�ole or in part, by am� ac�. omissinn nr negli�ence of the citv_. This indemnity
S2 prvvision is intended to include, withnut limitAtian, indemnii�y For costs, expenses und
83 legal fees incurred hy the city in defending a�ainst such claims and c�uscs of a�tians.
$4
G.2 Contr�ctvr cvvenants and a�rees tv indemnify and ho�d harmless, at its awn expense, ihe
city, its officers, sen•ants and employees, frorn and against any and all lvss, damage vr
des#ruction oF prvperty of the city, arisin� aut vt, ar aileged ta �rise out af, the work and
seryiccs #a he perf�rmed by thc contractor, its afficers, agents, emplvyees,
subcontrac#ors, licensees vr invitees under this cvntract. This indemnificatian Prnvisi�n
is specifically intendcd tQ oper;�te and be ef%cti�e c�en if it is allt�ed or nro�cn thaf aIl nr
some of the darna es hein sn� ht were causcd in ►vhale nr in ar bu an � ac omission
or nceli�cnrc nf ttre citv,
93
44 Arti�le 7. NYISCELLAI�E�JUS
95 7.1 Terms.
9b Terms used in this Agreen��nt are defined in Articic 1 af the 5t-andard City Con�itinns af the
}7 Cnnstruction C;vntraci for �e�eIUper Awarded Projects.
98 7.2 Assignment of Coritract_
49 This Agrecxnen#, including alI of thc Contract �ocuments may nflt be assigned by the
10� Cnntractc�r witi�out the ad�ranced express writtcn consent of ihe Developer,
I U 1 7.3
102
IQ3
ia�
5uc�:essors and Assigns.
Dev�lnper atid Contractor each binds itsetf, its partners, succcssors, assigns and le�,ral
regresentati�es to the other party hereto, in respect ta a[l co�enants, agreern�nts and
obligations rontaincd in th� Contrac,�t �ocuments.
105 7.4 Scvcrability.
105 Any praaision flr part of the �antract I]ocuments held ta be uncanstitutiQna2, vaid or
107 unenf�rceab�e �y a cnurt of cornpetent jurisdiction shall be decmed stricken; and aii remainin�
1D8 pro�isions shal] cnntinue ta be �alid and binding upon DEVEL�PER and C�NTRACTOR.
109 7.5 Go�erning La�� and Vcnuc.
110 This Agreemcn.t, includin� all uf'the Cvn#ract Document5 is �aerformable in the Sta#e of Texas.
111 Venue shali be Tarrant County, Tcxas, or the llni#ed 5tates I]istrict Court fnr thc NnrthGrn
112 Qistrict nf Texas, �'ort V4'orth Di�ision.
C:IT'Y (}F PQRT VJORTH li�'.ilsh R.�nch - Quaii VaDley PA3E
STANllAHU L;UVS'1'RL:C:'1'IUIi SPECIFICATIUN I�C7CUh+I�7+ITS— Ciiy Projeci No. ]03494
])] : V] sl.i)YliR AtiVlVii7� 17 f'RUJECTS
Revised 7unc 16,2�Id
DqCuSiqn Envelgpe ID: 08299F5G-p8fi7-488I-9€CS-�4E5EE35887FE
0� 52 43 - 4
Developer 1�wardod Projecl A�ccment
Puy,e 4 of 4
114
1is
ilb
1 i7
Yis
!19
120
i21
122
123
;
I13
7.6 Authority to Si�n.
Cantractor shall atta�h e�id�nce of ai2thority to sign Agreement, i� other than dul}� suthorized
signatory oCfhe Gantractor.
1N 1'V1T1�E55 1'�IIERE�F, I]eveloper and Cozifractor �lave executed this A�reement in multiple
Couttterparts.
This Agreement is effe�ti►+e as of the last date signeci by the Parkics ("Effective Date"}.
Contraetvr: I7evelopEx:
C'nrrc�tser Corislructian TX, �. P. f7uail Valle; Qevco Ill, LLC.
QocuSigned bY: �p���ncd bp: .
B' ' V'bf� ln.i ':St.� L�.{�.Y'
SCSOBO!]229CFd R�`jCrnatLL�e� B308FEB192�FG7B_.. �,.71�TI1SLl.1rC}
a
BCpCj{ � ]Llt llf� 75 _
(Printed Narnc)
Seih Carnenter
(Printed Namc}
I'i#le: Presiderrt
Company Narne:
Conatser Constru�tian T�, L.A.
Rddress:
5327 Wichita St.
CitylSTatcl"Lip: h'art tiVorth, TX 761 L 9
i�a�2a�z
�ate
Title: Vice President flf De�elopmer7t
t:ampany nar�e� Qvail Valley III, I�,LC
Address:
400 5. Record 5t.. 5uite 12�D
CitvlStat�'�i : IJallas, TX 75202
llslzozz
Date
C1TY UP FORT Vd�RTH
STANUAltIJ CUtlS'1'RUCTI{]N SPGCIF7C:4TIC]N DOCUME:V'I'S
DEY�1.�1'ER AWlIRDED PRO.IFCTS
Rc�iscd ]unc !6, id16
4;ialsh ]�anch- [�uail Valiey PA3$
City Pro�ac[ Na. 1q3494
Sond Na 424Z7 E7
�ub_ ��-i
PERFdRhfAtdC� r�{�hrI)
Page i of 3
� sE��rin�v oa � ��
? PERF4RMANCE BQNJ�
3
� THE STATE OF TEXAS �
5 § KNOW AL�, eY THESE PR�SENTS:
G CdUNTY O� T,ARRA�IT §
7 That we, _{:on�tser�anstruc#ian TX. €�.P. , knawn as'`Prin�ipal" i�erein and
$ �Serkley' Instir�tnce L,orn�an]_ , a corpgrate surcty{suret'r�5, if marethan
9 ar�e} duly authvriaed to do husiness in the State af 7'e�s, icnown as "S�rety'' herein {w�ekher one
t0 or rr�ore}, are held a.nd Fr�nky bourtd urtt� the I]e�e[aper, Qe�ail ValIey �7e�co II1. LLC.,
i i authoriaed to do h�sFness irt Texas {�De�etoper"} and the City oi Fnrt Worth, a i'exas municipal
i� carparatian ('`CiEy"}, in Fhe per�al st�m tif.. Fir+e NEi�lion Faur Hun�red Fartti: Three Thousand Six
13 Hundred and �i 7M4 Seve�� Dollars and 2era Cerns �aIlats (�S :1�i3, 687 �10�, lawful mortey af
I# the L'�iLed States, to be paid in Fvrt Worth, Tarrant �ounty, Texas for the payment of which sum
iS w�l l an� tru�y to be macl� joir�ily unto the Deveioper aiid tlte City as d��l vbli�ees, we bir�d
]G vurseives, �ur heirs, executars, administrat�rs, successars ar�d assigr�, joint�y ane� severally,
17 firmiy by thcse preser�ts.
I3 WH�R�A.S, De�+�laper and City ha�e cmtered inta an Agreement for the �onstruction af
!9 GQmrnuni#y facilities in tl�e Cit} vf Fnri W[mth by and t��rvugh a Comrr��nity Facilit�es
2� �greernent, CF'A �Vurnber 2�-4 i]� and
21 WH�R�AS, fhe Princtpal �as entered into a certasn w�rst#en ctsntract with thc De�e�oper awarded
22 the day o� _ ,���, tivhicl� Cor�tract is i�ereby refcrred to and made a
?3 par# �ereof fol' a1� purpos�s as �ffuliy set farih herein, ta furnis� a�� rriats.rtais, equipment ]abor
�� and other a�cessories de�inec� by law, ii� the prasecution afthe Wor�, incl�ding any Change
�5 �rders, �s provided for ii� 5aid Contra�t designated as Walsh Kanp��-i ��ai I Va�le� P�13E.
xa
27 N�W, Ti��.R��'ORE, theco�dition of this ohligatiQn is such that ifthe said Prineipai
28 sh�! 1#'aithfu�3y perfvrrn it abli�atiaras under the CantrRct and shall in al l respecis duiy �nd
�5 faithfu�iy perTnrm #he'�sfork, inciud'sng Change �rders, under the Contract, accprding to t�ze plans,
30 speciFcations, and contraet documents thercin �fer��ci tv, and as i�ei[ durin� ar�y periad of
31 extensian af ihe Coi�#raet fhat tnay be granted on the pa,rt of #he Devclo�ex andlpr City, ttier� tl�is
32 ob�i��tion shaii he and become nuli and �Qid, athetwise to re�nain in fu]� fot�e and effect.
CiTY qF FpiiTwO�TH Wa15hRanth-i]uail Valic} PA3�
STANUARD CITY CC]Np1T1QN5 � DEVELUPER AWAR bFI] PRpIECTS Ci�y f'roject No. 103494
Re�ised ]anuan 31, ?Q i �
OOb? 13 -?
���NFa���nNcs an:vn
f�ge: of3
1
2
3'ADV10�n F�IRTHER, fhat if any le.gai action be fi�ed on this Snrid, venue shall lie i�
3'arrai�c Counry, Texa�s ar the United States District �ourt #'nr t�� rlorthern District of Texas, Fort
3 Wort17 �i�isinn.
a 'Fhis k�ond is made and execu�ed 4n cornpliance with t�� prnvisions �xF Chapter ?2S3 ofrhe
5 '�'exas Government Coc4e, as a��ended, and a!I �iabi]ities an this tr�nd sf�aif be determined iC�
G
7
8
9
]❑
11
13
13
�4
i$
1G
�?
18
I9
2i3
2I
22
?3
24
25
2d
?�
2$
�xg
34
3i
3�
33
3d
35
3fi
37
38
39
4Q
41
42
a3
�4
�}5
46
47
accordanre with the prs�visivns af said stdrue.
IN WITNESS WHEHEOF, the Princi�ai and the Surety have5lGh'ED and SEAL�O
this insirumei�t by dtaly aulharixed agents and vfF�ets os� this rhe day of �
. 2�
ATTE 5T:
r
(F�rincipa] j 5ccre .
- l - --
Wi;ness as to Prineipai
��r f��
W" ness as ta Surety
PRiI�lGif'A�;
ar Can truction T]{ L.P.
_ �a� ` _
$Y:
Si�mature�
rack I�u �-•i Pr id
Narste and'!itle
Address: 5,�7 Wic�i#aSt.
Fart Worth T3t 7fi7 I9
5U1�ETY:
I3crklc� Insuran�e t;orn��'
E3Y:
Signatr�re
Rab��i V1nraIcs. Attoi'tte� -in-ta�t
Name artd Titic
Address: 50D5 L�3.I ��reewa� _ 5uite 150U
13allas. TY ?5244
Tcleghane Number: 't � _
''Nate: if si�rned by an officer of the �urety C�smp�ny, t�i�re rnust be an file a certified extrac#
froi�� the by-�aws sha�ving that ihis persan has auti3ority ta si�;n such obligat;on. if
5urery's pl�ysica� address is di#ferent fram iis �3iaiiin� address, bath must he provided.
GfTY {7F' FS}xf Wp2TH Wsls4� Fianch -(�ua�l Vallc� PA3E
STAhTDARD CITY Cdh'IJ;T10N5—�L•VEL�pER AWhltDED PROJ�eCTS City I�njCC[Np, 1Q344�
Rcvi�lant��r} 31, Z012
aas? �a-a
P�RFOR�VI111VC� i��N❑
Yage 3 qf 3
The date of the bond shall not be prior to the date the [;vntract is awarded,
Cl T Y U F FURT V�'C] R"f"H W aEsh R an c h-�7 usi f Val I c�� PA3 E
STAU I3ARU CITY CQNCS] T�iJTiS - DT3l�GL0[�R AWJ�R1]EI] PR031iCT$ C ii�• Projecl 1do- i U349;
Ravised lan�ary 31. �U [2
L3ond �Tv, U24271?
SSG 62 i 4- k
t�A�t�E�'r �an�n
F�g4 1 uf 2
f
�
3
�
S
6
TH E 5TA'FE �F TEXAS
C[]i.1NTY �F TARRqNT
s�cTza�v ao 6a t�
PAYMENT SON❑
�
§ KNQW A1.L SY Ti�FS� PRESF.�ITS:
�
7 That we, on t 'an T. L.P. , known as "Princi�al" herein, ar�d
S �3erkle�. Insuran�e Com[�.an! . a corporate Suret}+ � ar SUCeties if
9 more ihan ane}, d�iy authorized to do UUsi�ess in tlie State �i Tea:as, know�� as "Surety" herein
i4� [�nh�ther one ar r��re], are held and fir�nly boutxi untv t}� [.7evefoper, Quail Val�ey Devco IIZ,
� i LL.C., authorize� ta da �usiness in �'exas "(De�e[oper"j, ar� the Ci�y of Fnrt W❑rth, a i'exas
I? tnunjcipel carparation �`�Ct#y�, in the pet�l sum nf �fyE Mil ' r 1-Ful dred�ri'TThree
�3 Thousand 5ix Hundred ar�d Eitht� Seven DaIlars and �er� Cents ��S.�F-1�3,rS�7.�D), 1a�vful
14 maney af the United States, tn be paid in �'drt Warth. Tarrant County, Texas, for the p�yrnen# �f
i 5 which sum wE�l and truly be made �ointly untn the O�elop�r and the City as rival ob]igees, we
I6 �1i3� 4t11'Se�YBS, vur heir�. ex�cutars. Sdfi11i115iT8[dTS. SUCCe5SOP5 �tld �SS��ILS, jointiy ar�d severa!!y,
17 firmiy by these pre5etlts:
18 W�-I�REA5, L7e�e➢apet and City have entered into an �reement far the construGtion af
I9 cornrnu�zity facilities in the Cit}� af Fart Worth, �y and through a Cornmunity Fa�ilities
�U Flgreein�nt, C�A Nurnber 2l •[} I 12 and
21 WHEREAS, Principal has entered irna a, certai�3 �riiten Cvntraci ti�ith Uer+e�vper,
2Z awarded t[1e tlay �rf _ , 24 , whic�� Contra�t is l�ere�y
23 referred ta and �nade a part hereof f�r a]I purposEs as if fu11y se# farth hercin, ifl furnish all
2� materials, equip�nent, iabc�r and otIier accessories �s de[isied 1�}� l�w, in thG prase�z�taon oftl�e
�5 Work as prn�ided for in said Co�itract and designated as Walsh Ranch-t �uail Va�le� PA3E
�b iYflW, TH�REf�UR�, THE CC3ND[TIU�V �F '1'HIS QHLIGr�T'ION is �uch that i�
27 Prinripsi sh�tl gay ail monie5 owit�g ta �r1y [and ail} Payrnetit bs�nd �er�efici�try [as deiined in
28 Ghapt�r Z253 of the Texas Gvvernrner�t Code, as amer�ded} in the pros�c�tion of the Wnrk ur�d$r
2�3 the Contract, tlien tfxis 461iga#ion shaiZ 6e xnt� beCome ��ull asid void; otherwise tn remain in fuP]
3U
31
32
33
fvr�e and eFF�,�ct.
This bor�d is made a�d executed irt coz�iia�ce wit� the prn�+isinns of Chapter �253 of the
Texas Gu�ern�►ent Code, as amcr�ed, and all tiabi3idies on t�his bond sl�all he deter[nined in
accordance with t�e provisivns �f'said statute.
CiTi'OF �d4T WDRTFt Ws�sh Ranclt-4Usil VaEley A�43F.
STANDARD CITY CQFFptT1DN5—DEVELpP£R AWAADER PApJECTS Ci�y Prajec[ No, 1Q34'i�1
Re��ised Janua�} 3 E, ?4 f�
a��z ia-a
PAYMNNT BQND
Page 3 of2
1 IN WI'�'�VE55' WHER�:[lF, the Prir�ci�al and 5urety have each SIGriED and ��AL�t]
2 tl�is instrument by dUEy atlthpri'Led agents and officers on this the __ day of
� . �0
�
a���s�:
�Princi�ai) Secretary�
Witn�ss as taPt�incipal ~
AT`i,ES`i':
�/a�.�t � -
[Surety) SeCi'et2lYy
����
ess as to Surety
S
G
7
S
9
�0
PRINCIPAL:
CbriB[52r �Qf13tF[i£LIOf] �'�'i �..�.
8Y: �Dr �
���pat��
Brvck Hua,��ins, President
Narne and Ti#le 4
Address:
,5327 Wichita St.
For� �Vart . TX 7 119
S C�RETY-
I3erklck Insurance C:ompan_•
�`�: ��-
S i �natur�
Robbi :Vlarales, Aftomey-in-facf
Narr�e and �'itle
Address: 50[]5 I.13,I Freeway, 5uite 1500
Dallas,_ I'X 7�2�}4 _ _
TeEephone Number: 214I9S4-U[�u�
Nate: lf signed by an afficer of the Surety, there inu5t be nn iile a cc�tii�ed ea:tract from the
bylaws sh�wing tl�at this gersor� has autharity to sign such oh�igation. Yt 5ure#y's physical
address is d�ff'erent irvtn its �nailin�; address, both m��# be pro�+ided.
The dat� of the banc! s�a�l nnt �e prior ta the datc ths Cnntract is awarded,
!�l
ENU []F SECTIUN
�2
C17'�`UFFC}R'FIVQRTff WalshRanch-�usil VafleyPA3f�
s�.a�rntiRn Clrr co NDlTiONS - DEVELOPEft A�vAR�ED PROJiCT5 Ciry Praject No. lU3�14�
[tcvist�f Sanuan•31,?91?
$4nC{ N4. a242�17
00'6_' t4- i
N4At1+ITENATiCE B�tdD
Pa� 1 oF3
Z
2
3
4
5
b
7
8
9
�a
iI
12
13
I4
15
i6
17
]S
S£GT14N 4D 62 i 9
MAIN�'ENAi�1CG E4N❑
?HE S'rAT� �F TEXAS �
§ K�i�W ALL BY TNF,Si� PRESENTS:
CC?i11�TY UF TARRANT §
That we_ Conatser Constructian �'X, L.P._ , fcnowt� as `'Prit�cipai" her�e'sn dnd
13erkle� Insuratt�c Cc�m�an,�� , a eorporate SureN (sureti�s, if,n4re than
ane) �uiy a�thorized ro do br�sireess in the S�a.te af Texas, known as "5r�rety' l�erei n�wl�ether or�e
4r more}, are he�d ars� firrnly t�aund nnto the Developer� Qtiail Valley �Evcv [I1, LLC.,
authorized to dv busirtess in Texas {"�eveloper"} and t3�e City af For[ VVar�f�, a Texas rnunici�a!
corporation {�`�ity"j, in#�se surn F�ive �1iIiivii Fo�r Hur�dred �'�[� 'T�rce Thousar�d Six N�r�dred and
i��hrw� Se� n Da[lar� a Zera nts ($�.��13.68� 00], }awfu) money of'tlie Llnited 5tates, ta
be paid in Fart Wurt�, Tarrant Cflurity, Texas, for pay�tettt of whic#� sum well and ts-�ty be rrrade
jointly� unio rl�e De�elaper 2�nd the Cit}� as dua� ob2i�ees and their 5uCGessvrs, vve bir�d ovrselves,
our heirs, �aQCuaBtS, Shcnit115tr&t0i5, SUCC05S�r5 8nd as5l�ns, jn�ntty and se�erally, firmiy �y #hese
pres�ts.
i9 WE��REAS, Der��3o�er and City fiave entered intv an Agreetnern f�r the cons[rr�tian af
24 eornmunity faciIities in the City of Fort Worth by and thrnugh a Com�unity �'acili[ies
21 Agreer�esSt, CFA Numher 2I-{f ] 12 and
: 2 WHEREAS, the Principa€ has entered inro a certain written carnract with the �ev��vper awarded
�3 tlte �ay flf . 20�, whic� Cantract is ltereb�
2� r�ferred ta arx� a m�d� pari ttereof Cor �il purposes as �i fu!)y set forth �erein, to furnish a�� r
25 materiafs, equipmeiit iabor and other accessories as defincd by� iaw, in tl�e prosecution of the
26 Wvr�:, including any Ws�rk rest�lti�ig i`rarn a auly autharixcd Chan�e �rder {caliecti�ely her�in,
27 the'`Work"y as provided for in said C�ntra�t and desig�sat�d as GValsh Rat�ch-C.luai3 Val{e4 PA3E:
28 and
�9 �
30 WHEREAS, Principal b"rn�s itselfta use stach materials atxt to so construct the Wvr)c in
31 accardar�ce with the {�lans, specificatiai�s arui Cor�#ract �acumexits that the Wor� ss and wil[
3? rernain free from deFects in materia�s or ivorkmanship fQr ar�d during the period of twa {�) years
33 aftei� the date vf` Final Acr�ptar�e oFthe Work by #l�e C�ty ("]viaint�nar�ce Periad"}; arxi
34
C1TY UF FpRT WC]RTl�1 1A'alshl2nnch- �uail Vnllcy PA3�
STANDAAi] CiTY Cdi�li}1TH3NS — i]�VELt7pER AVIrp,RDED YHpJECTS C[tY Pro�ett Nu_ 103494
Re��scd IaauarY 3 i, 20i2
OG5' 14-�
�1 A]!Vi' ENAnCr f3�h Q
Yage 3 oC3
1 WHERF.r1S, Priracipal i�irtds itselfta repairar recnnstructtt�e Work in whqie vr in �art
2 �pan re�eiving r�otice from the Develaper andlor City qf the need t�ereofat �ny tir�e within the
3 Maantei�attce P�riod.
rsi
�
6
7
8
9
]d
11
t�
l3
14
15
16
�7
�8
i9
20
21
?2
?�
NC3W TNEI�EFQItE, the ca�tcf itio�n of this ob[i�ation is SUGh that ifFeir�ipa! s�ai€
remedy any c�efeet3►+e 1�Vorfc, for which tirnel� notice was pmvided by Developer or City, t� a
completian s�tisfactQry tb the City, t}�n this ab�igatson shal! beco�ne nu�l ar�d vQid; otlienrise to
remain in fuil farce a��d ef�ect.
PIiOVIDF.D, H4WEVER, ifPrit�ipal shall fail sa tor�pair nr recor�ste�ci a3rytimely
nvticed defecti�e 1�'or�:, it is agreed that the Uet�elnper or City may eause a�ry and a!1 s�ch
�efe�tive Work to lae repa�red azxflor reco►�structed with all assaciated costs th�reof beit�g 4�orne
by ti�� Friricrpal and #he Surety uttdcr this M�in�enxltGe ��rtd; a�xE
�RDVEDEI) �URTHER, that 3Far�y ]egal action be filed vn this Bond, wenue shalE lie in
Tarra��t Count�+. Texas ar the Ur�ited 5tates aistri�t Cvurt for th� Narthern District of Texas, Fart
WorEh L7ivisian; and
PRDYIDED FL]R'C�ER, #hat this ebligatian sj�ail be cvntiriucsr.�s ifl nature and
successive rec�veries rr�ay be had he�sean for s�.iccessir+e breaches.
C]TY 4F FORT WOR�'H VM'�Iah kanch -(}uaii valfey PA3F
STANDARD C]'iV' C�NDEi1�T+IS - DEVELQPER RWARU�D i'KGJECTS Cit}' Prctjcc� ftiv. 143444
Reriscd lassuauy 31, 20t3
005219-3
hfAl�ti�TE1dA;�C'E� B�N❑
iyage 3 0!' 3
I �N WITI�E5S W HEREOF, tf�e Princspal and Y�te Surety have eaeh SJCNEI7 aru� Sf:ALEI] this
Z ir�strurnent by duIy atrtharized agerns and offcet� an this #he day of
3 � 2{�
A
S
S
7
8
9
]�
��
12
13
l�
75
Zd
l7
t&
19
2D
21
22
��
24
�S
2f
27
28
Z9
3U
3I
32
33
3�
35
36
37
38
39
4D
dl
��
ATT�ST;
�'� "-
(Priacipal} 5ecre[ary�
,f���
�Vitness as tp Princi�al
a��sr�
��� �—
[5ure#y} ecrc ary
' ncss as !o Surety
�It.lNCIPAi.:
, �onatser Cansiru ion T3�. L.P.
B�f; ~
��
5i�nature �
r�Huleins Presidcnt
!�ame and Title
Address: `�7 Wich' St.
� W rth T7{ 9
Sl1RETY:
Berkl�ti' lnsurance Cwn an
BY: �,�
Signature
Robbi Mnrales, Attorne�-in�Cact
Name and Tiile
Address: _S�DS L$J Freewa�_,_Suite 15U4
1� 75244
Telephoae Afumber: 2141989-OQOD
'Nate: If signsd by aro of'ficer ofthe Surety Company, t�aive m�t he on f!� a certified extract
fram tfze 6y-taws s�zotiving that this person t�as authority to si�n sueh abligatiori If
Surety's physical addr�ss is differem from ais rnai�ing address, both must be pravided.
1'he datc of the bor�d shali not be �rdor to the clat� c�ie Car�r�ct is awarded,
CITY U� FQFtT WCIRTH W�lsh R�neh- i�sail Valky PA3i
STA�1C]ARD CITSf CC3NC71'ftC3l+15 - DLV�I ()i�ER AWARDGD PRa]Ff.TS CfiY P[pj�Ct i�0. I d3494
Retised 3anaan�31,2p1�
POI�'EIt Qr' A"i"I'UR1��Y
$ERKL�Y IN5[JR.AI�C�: C'(]11IPA�Y
�VILMi�IC)'TD\, I7F..LAu'.AR�
�o. 131-728Uj-el
Nf?TTC F.: The �varning f'nund e[Set��here in tt�is Aower of Attnrney af#ccts the �alidit; thcreaf. Please re�iew ��refully.
KIti41�� A.i.L VfEN F3Y' "I.��L'S� PR�.SF.�f7S, lhxt BERiCLEY N�i1RA�CE CdMPANY {the "Cnmpany"), a corpnration d�uly
oz•ganized and exist�n� uildcr the ����s of thc 5tat� af i)elawaxe, hatiing its principal nffice in Greenuri�h, L:T, has madz, cai�stituted
s��,d appaintcd, ar�d dc�e5 Uy these pres:,nts makc, constitute and appUint: Ricardo :I. 1�eynr�; Uat� E. CnrneU; Snpltijiie Hunfer;
Robb[ .19nru�es; I�clly A. Westhrook; 7ina Mc�wan; Josl2i�a r#. Suiinders; or Tnnie Petr�un�k njAor� Rish 5ervi��s .5outhwest,
Ine. r�f U�aflrrs, T'X its true a»d lawful Attc�mey-in-Fact, to sign its narne as surety onl}�• as d�lincxted helotr anci t.o execute, seal,
acknn��lcd�e �nd dzlivc;r an,� and a]l hnnds ana tmtlertakin�s, with tllz exceplion of Financia] Criiaraiaty Insurancc, �rovidinb ihat
no single nbligation sl�ail exceed I� if'ty �liltion ar�d (]��IUQ i:.8. Dolfars �T;.S,$�D,000,004.QU), to Yt�e sarne extent as iI'such hnnas
haa be�en dufy executed and acknrn�Ied�ed by tt�c rcg�ilar]y eiected of�'icers of thc C'ompan}' at its principal af[ice in their own
�roper persvns,
This Power of Attomey shall be canstrued and e�zFnrced in a���rdance with, aiid governed by, the iau°s nf'ihe State oF I7eYaware,
«�ilhnut 4i�in� ef'fect to thc principles af cnnAicts of taws ilEc.�renf This Paw�er of Afforn�y is s�'anted pursuanf to thc follvw�ing
resolutions which wereduly and �alidfy adapted at a rr�eetin� of the $a�rc� of Direotors of ihe Company held 4n Januau-y 2{, 2p1#�:
1tF:5DLVED, t�at, with respecc t❑ the Surety business ���ri#ten hy Berkley Surcty, the Cl7airman of tha Board, Chief
�xecuti�c Qi�icer, Presidcnt or any Vice President oF the CornparEy, �n canj��ncfion with the �c�retary or any Assistanl
5ecretar� ar� herefay authnrir.eci to exccuCe po�vers nf attorne� autnoricing and qualifying lt�c attarncy-in-fact nained therein
ta exc�u[� bonds, un�ertakings; rccngni7a�nces, or athcr surety5hip obligatians on bchalf ❑f' the C;ornpanti, an�I to �i�ix thc
earporate seal o[� thc Company �a powers nf attarney executed pursuant hereta; a.nd said oflicers mav rerno�e any su�h
aitorr�c}�-in-fa�t and re�nke any power af afle�rncy pre�iously �rantcd; and further
RESCl1:VH;1), th�l .such power nf attorn:y liinits the dcts ofthosz named therein tn the I�n��ds, undert�ikin�s, r�cc��ni�ances,
ar ot�er sureiysnip nhli�atinns spccifically named therein, and thcy ha��e no authc�ri[y to bind the �;nmpany exccpt in the
manner and to the exi�n[ Lhrrein �tated; and further
iRESOLVEII, t}�at .such power af attorrtey revokes ali previous pnu•ers isst�ed on behalf of lh� attnrney-ir�-fact n�m�d; and
iurther
R�SQLVEll, t�at ihz si�natiire �f ari; authn�•i�ed officer and the scal pfthe C'ntTzpariy rriay be affix�d Uy facsirr�ile to any
pc�ti��r of attorney ar ccr�ification therenf authorizing lhe cx�cution and dclivory ofany �ivnd, undertaking, r�cogni�dnce, or
oiher suretyship c�b�i�ation nf Yhe C�mpany; and such signature and s�x1 whcn s� used shal! ha�c ti�e sarne force and effcct as
thc�u�h rnamiail�� aff'�xed. 'l'he Company may ~nntini�i: t❑ us� fnr the piirposes lzerein statc� the facsimile sigrr�turc of any
person ❑r persnr�s �ha shall ha.ve been such ofiicer or of�icers of thc C�rr�pany, notwifhsf�ndin¢ the fact that they ma}� ha�+e
ceased tQ hc such at the tim� L�ri�il sucki inst�•�iments sha�l bc issuad.
14'1 5'1`lf A�i:�?.� �'t'Flf:[ti1: Q�� �P, �QIIL�73IIV .FiW7 C?.CISGCi u-iG$e presents tv.be �igned a�pd �tod by xts apgropxiate afte,�rs �nd i[s
Cbxpara#e sGal heP�urilc+ Bffi�Led fhss 2nd day af .�u�e ,--- 2fl2o ,
�� � At�cs�: � v Fnstu�ancc Coaspany
.��`' '� �rta
'�' ; ;p"N°,�,�� � . � 1
, � � �''X'.:��� � �y . de�man �� � , �
,� � 3C . a�Ci ,
�� , �ecutive Vic.� President & �ece�seetarY -' �, r .�e residcnf
S'�ATE a�' C��IN�CiICQT )
) ss:
CC?iJhTY OF �A�+'�I.D j
Swotn to �vfore ma, a Natary Pp�b3i�c in the Sta%e a� Connecticut, this 2nd day of �une . 2620 ... , by Ira S. 3�alcrruan
and �e�'r�y M. Hrsii� who are sworn tt� me to �e tbe �xec�ai�ve V�ce Pres�dent Secretary, an� _� _d 5enia.r V.i�e Presi�e�t,
respec#rve]y, 4�B�C�IC�C�f IIISE�I"lAc GC CAIIl�7�j�_ �AIAC FitM�BAKF�I - ///fff
I T•1OTARV pll81 IC �J �
CANNECTfCl1T
�11'fi �M� I�IV �x4Pifi1� ' p���7�c� �'�e O �d�iC�iGlIi
CER'I'IFLCA'i"�
,� tp,� tundGcsi,�t�c}, Assist�f 5ecretary of BF�RT�'f.F.y �SiIRft33{;�? C�(]MPANy, DC7 KERE�Y C�TIFY that the foregaing is a
#rue, correc# and cvmpl�{e CC7gv 4� khe original �ower of Aifiamc , t3hat said �nwec� afAttorney �as nvt been revQked or res�ianded
and.�s��aut�horit�� af '}�e Aitorney-ixx-F�ct set faath th�rei�,, wiw� �rsctnkeci th� band or undcr'sa]cirig to which iisis �'ower �f
.S;��ry ched, is in fultfnrce and e$ect as ofthis date.
.���sP'"`"���der my ha�d azAd sea3 of tl�e Cozap;any, this da�+ of
1 w � ����A� i �
, � �_ �p� � ,�
� _
�wvrA� Vmcent P. �or#.e
fMP�RTANT �IOT(CE
To abta�n informatian �r mak� a comp#aint:
You rnay ca�i Berkiey Surety Gro��, LLC and its affitiat�s by
te#ephvne for informa#ivn ar to maice a cornplaint:
BERKLEY SURETY GR�I]�, L�C
Please se�c� af1 raatEces of cl�im on this b�nd #�:
B�erk�ey SureEy Group, LLC
{8ss,3 �f�-353�
412 �Vfaunt F[embie Avenue, �uit� 37�N
Marristown, MJ D79fiD
Attn: Surety Clairns D�partm�nt
Ya� may cantact the Texas pepartment a�F �nsurance t❑ abtain
i�farmatiQn nn companie$, coverages, rigi�ts ar �vmpla'rr�ts at:
7 -Sf3fl-252-3439
lftiu may writ� the '�exas Dep�rtment of Ir�suranc;e:
P. d. gax 1499i34
Aus#in, T� 787'#�-99a4
Fax: {�1�) 475-'!l7'I
Web: h'#t :fl�n►wl�v.�d�.state.tx.us
E-mail: �onsumerPrvt�c#ion td�.$fa#e.tx.us
PREM[UM OR CLA�M D15PLJTES:
Shouid ya� have a dispute cvncerning your premium or abaut a ciaim
you �ha�aid c�ntact yc�ur agent or Herkley �urety ��v�p, LLC fi�st. if
#he dispute is nat resvlwed, y��e may cvn#act 'tF�e Texas ❑�partment of
t n5u T� n ce.
ATTACH THiS NC3TlCE TQ Y�UR BDND:
This natice is for information on�y and daes nvt becvme a p�rt �►r
candition af the attach�d dacument and is g�v�n ta Gom�iy with Texas
#e�a1 and regul�tary r�q�irem�n#�.
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of -way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made 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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result 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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: None
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
b. Each Occurrence: : None
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Co ntract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.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:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
Required for this Contract.
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
x
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
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
x
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-
up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City’s
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
ARTICLE 6 – OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor’s Work except for latent defects in the work provided by others.
ARTICLE 7 – CITY’S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City’s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City’s representative during construction are
set forth in the Contract Documents.
A. City’s Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor’s executed Work. Based on
information obtained during such visits and observations, City’s Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City’s Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City’s Project Representative’s visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City’s Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City’s Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. Cit y 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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City’s written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 – CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Co ntractor’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; except ing, 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 deeme d a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor’s use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days writt en notice to Contractor and
Developer should such additional warranty coverage be required. Contractor’s obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor’s services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants,
employees, and City’s other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 11.09.
ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor’s
performance of the remainder of the Work. Cit y 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 it s status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 – SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other 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 o f time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised December 20, 2012
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes : 5
1. Summary of Work to be performed in accorda nce with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, t hen the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
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,
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
5. 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 City’s opinion, acceptance will require substantial revision of the original
design
d. In the City’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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
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
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 23, 2013
City Project No. 103494
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 23, 2013
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 23, 2013
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
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]
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013 No. 103494
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
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)
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
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 b e not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Infor mation (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 Dr awings 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
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes : 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Air Pollution Watch Days 10
e. Use of Explosives, Drop Weight, Etc. 11
f. Water Department Notification 12
g. Public Notification Prior to Beginning Construction 13
h. Coordination with United States Army Corps of Engineers 14
i. Coordination within Railroad permits areas 15
j. Dust Control 16
k. Employee Parking 17
l. {Coordination with North Central Texas Council of Governments Clean 18
Construction Specification [remove if not required]} 19
B. Deviations from this City of Fort Worth Standard Specification 20
1. None. 21
C. Related Specification Sections include, but are not necessarily limited to: 22
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 23
Contract 24
2. Division 1 – General Requir ements 25
3. Section 33 12 25 – Connection to Existing Water Mains 26
27
1.2 REFERENCES 28
A. Reference Standards 29
1. Reference standards cited in this Specification refer to the current reference 30
standard published at the time of the latest revision date logged at the end of this 31
Specification, unless a date is specifically cited. 32
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33
High Voltage Overhead Lines. 34
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 35
Specification 36
1.3 ADMINISTRATIVE REQUIREMENTS 37
A. Coordination with the Texas Department of Transportation 38
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
1. When work in the right-of-way which is under the jurisdiction of the Texas 1
Department of Transportation (TxDOT): 2
a. Notify the Texas Department of Transportation prior to commencing any work 3
therein in accordance with the provisions of the permit 4
b. All work performed in the TxDOT right-of-way shall be performed in 5
compliance with and subject to approval from the Texas Department of 6
Transportation 7
B. Work near High Voltage Lines 8
1. Regulator y Requirements 9
a. All Work near High Voltage Lines (more than 600 volts measured between 10
conductors or between a conductor and the ground) shall be in accordance with 11
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 12
2. Warning sign 13
a. Provide sign of sufficient size meeting all OSHA requirements. 14
3. Equipment operating within 10 feet of high voltage lines will require the following 15
safety features 16
a. Insulating cage-type of guard about the boom or arm 17
b. Insulator links on the lift hook connections for back hoes or dippers 18
c. Equipment must meet the safety requirements as set forth by OSHA and the 19
safety requirements of the owner of the high voltage lines 20
4. Work within 6 feet of high voltage electric lines 21
a. Notification shall be given to: 22
1) The power company (example: ONCOR) 23
a) Maintain an accurate log of all such calls to power company and record 24
action taken in each case. 25
b. Coordination with power company 26
1) After notification coordinate with the power company to: 27
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 28
lower the lines 29
c. No personnel may work within 6 feet of a high voltage line before the above 30
requirements have been met. 31
C. Confined Space Entry Program 32
1. Provide and follow approved Confined Space Entry Program in accordance with 33
OSHA requirements. 34
2. Confined Spaces include: 35
a. Manholes 36
b. All other confined spaces in accordance with OSHA’s Permit Required for 37
Confined Spaces 38
D. Use of Explosives, Drop Weight, Etc. 39
1. When Contract Documents permit on the project the following will apply: 40
a. Public Notification 41
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 42
prior to commencing. 43
2) Minimum 24 hour public notification in accordance with Section 01 31 13 44
E. Water Department Coordination 45
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
1. During the construction of this project, it will be necessary to deactivate, for a 1
period of time, existing lines. The Contractor shall be required to coordinate with 2
the Water Department to determine the best times for deactivating and activating 3
those lines. 4
2. Coordinate any event that will require connecting to or the operation of an existing 5
City water line system with the City’s representative. 6
a. Coordination shall be in accordance with Section 33 12 25. 7
b. If needed, obtain a hydrant water meter from the Water Department for use 8
during the life of named project. 9
c. In the event that a water valve on an existing live system be turned off and on 10
to accommodate the construction of the project is required, coordinate this 11
activity through the appropriate City representative. 12
1) Do not operate water line valves of existing water system. 13
a) Failure to comply will render the Contractor in violation of Texas Penal 14
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 15
will be prosecuted to the full extent of the law. 16
b) In addition, the Contractor will assume all liabilit ies and 17
responsibilities as a result of these actions. 18
F. Public Notification Prior to Beginning Construction 19
1. Prior to beginning construction on any block in the project, on a block by block 20
basis, prepare and deliver a notice or flyer of the pending construction to the front 21
door of each residence or business that will be impacted by construction. The 22
notice shall be prepared as follows: 23
a. Post notice or flyer 7 days prior to beginning any construction activity on each 24
block in the project area. 25
1) Prepare flyer on the C ontractor’s letterhead and include the following 26
information: 27
a) Name of Project 28
b) City Project No (CPN) 29
c) Scope of Project (i.e. type of construction activity) 30
d) Actual construction duration within the block 31
e) Name of the contractor’s foreman and phone number 32
f) Name of the City’s inspector and phone number 33
g) City’s after-hours phone number 34
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 35
A. 36
3) Submit schedule showing the construction start and finish time for each 37
block of the project to the inspector. 38
4) Deliver flyer to the City Inspector for review prior to distribution. 39
b. No construction will be allowed to begin on any block until the flyer is 40
delivered to all residents of the block. 41
G. Public Notification of Temporary Water Service Interruption during Construction 42
1. In the event it becomes necessary to temporarily shut down water service to 43
residents or businesses during construction, prepare and deliver a notice or flyer of 44
the pending interruption to the front door of each affected resident. 45
2. Prepared notice as follows: 46
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
a. The notification or flyer shall be posted 24 hours prior to the temporary 1
interruption. 2
b. Prepare flyer on the contractor’s letterhead and include the following 3
information: 4
1) Name of the project 5
2) City Project Number 6
3) Date of the interruption of service 7
4) Period the interruption will take place 8
5) Name of the contractor’s foreman and phone number 9
6) Name of the Cit y’s inspector and phone number 10
c. A sample of the temporary water service interruption notification is attached as 11
Exhibit B. 12
d. Deliver a copy of the temporary interruption notification to the City inspector 13
for review prior to being distributed. 14
e. No interruption of water service can occur until the flyer has been delivered to 15
all affected residents and businesses. 16
f. Electronic versions of the sample flyers can be obtained from the Project 17
Construction Inspector. 18
H. Coordination with United States Army Corps of Engineers (USACE) 19
1. At locations in the Project where construction activities occur in areas where 20
USACE permits are required, meet all requirements set forth in each designated 21
permit. 22
I. Coordination within Railroad Permit Areas 23
1. At locations in the project where construction activities occur in areas where 24
railroad permits are required, meet all requirements set forth in each designated 25
railroad permit. This includes, but is not limited to, provisions for: 26
a. Flagmen 27
b. Inspectors 28
c. Safety training 29
d. Additional insurance 30
e. Insurance certificates 31
f. Other employees required to protect the right-of-way and property of the 32
Railroad Company from damage arising out of and/or from the construction of 33
the project. Proper utility clearance procedures shall be used in accordance 34
with the permit guidelines. 35
2. Obtain any supplemental information needed to comply with the railroad’s 36
requirements. 37
J. Dust Control 38
1. Use acceptable measures to control dust at the Site. 39
a. If water is used to control dust, capture and properly dispose of waste water. 40
b. If wet saw cutting is performed, capture and properly dispose of slurry. 41
K. Employee Parking 42
1. Provide parking for employees at locations approved by the City. 43
L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 44
Construction Specification [if required for the project] 45
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
1.4 SUBMITTALS [NOT USED] 1
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.6 CLOSEOUT SUBMITTALS [NOT USED] 3
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.8 QUALITY ASSURANCE [NOT USED] 5
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.10 FIELD [SITE] CONDITIONS [NOT USED] 7
1.11 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
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.
13
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14 15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
EXHIBIT B 1
2
3
4
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
City Project No. 103494
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 the City’s document management system, or another form of
distribution approved by the City.
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
City Project No. 103494
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction p ersonnel 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 t o provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised July 1, 2011
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor’s responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised July 1, 2011
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised July 1, 2011
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
B. Modified SWPPP
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
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 list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory
path: 02 - Construction Documents \Standard Products List
A. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
C. Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
D. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored a long 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 ot her 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 Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Specified Remobilization” in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Mobilization” in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost pr ofits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Emergency Mobilization” in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
SECTION 01 71 23 1
CONSTRUCTION STAKING AND SURVEY 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Requirements for construction staking and construction survey 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. See Changes (Highlighted in Yellow). 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Construction Staking 14
a. Measurement 15
1) This Item is considered subsidiary to the various Items bid. 16
b. Payment 17
1) The work performed and the materials furnished in accordance with this 18
Item are subsidiary to the various Items bid and no other compensation will 19
be allowed. 20
2. Construction Survey 21
a. Measurement 22
1) This Item is considered subsidiary to the various Items bid. 23
b. Payment 24
1) The work performed and the materials furnished in accordance with this 25
Item are subsidiary to the various Items bid and no other compensation will be 26
allowed. 27
3. As -Built Survey 28
a. Measurement 29
1) This Item is considered subsidiary to the various Items bid. 30
b. Payment 31
1) The work performed and the materials furnished in accordance with this 32
Item are subsidiary to the various Items bid and no other compensation will be 33
allowed. 34
35
36
37
38
39
40
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
1.3 REFERENCES 1
A. Definitions 2
1. Construction Survey - The survey measurements made prior to or while 3
construction is in progress to control elevation, horizontal position, dimensions and 4
configuration of structures/improvements included in the Project Drawings. 5
2. As -built Survey –The measurements made after the construction of the 6
improvement features are complete to provide position coordinates for the features 7
of a project. 8
3. Construction Staking – The placement of stakes and markings to provide offsets 9
and elevations to cut and fill in order to locate on the ground the designed 10
structures/improvements included in the Project Drawings. Construction staking 11
shall include staking easements and/or right of way if indicated on the plans. 12
4. Survey “Field Checks” – Measurements made after construction staking is 13
completed and before construction work begins to ensure that structures marked on 14
the ground are accurately located per Project Drawings. 15
B. Technical References 16
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 17
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 18
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 19
on City’s Buzzsaw website). 20
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 21
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 22
Surveying in the State of Texas, Category 5 23
24
1.4 ADMINISTRATIVE REQUIREMENTS 25
A. The Contractor’s selection of a surveyor must comply with Texas Government 26
Code 2254 (qualifications based selection) for this project. 27
1.5 SUBMITTALS 28
A. Submittals, if required, shall be in accordance with Section 01 33 00. 29
B. All submittals shall be received and reviewed by the City prior to delivery of work. 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31
A. Field Quality Control Submittals 32
1. Documentation verifying accuracy of field engineering work, including coordinate 33
conversions if plans do not indicate grid or ground coordinates. 34
2. Submit “Cut-Sheets” conforming to the standard template provided by the City 35
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 36
37
1.7 CLOSEOUT SUBMITTALS 38
B. As -built Redline Drawing Submittal 39
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1
constructed improvements signed and sealed by Registered Professional Land 2
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3
– Survey Staking Standards) . 4
2. Contractor shall submit the proposed as-built and completed redline drawing 5
submittal one (1) week prior to scheduling the project final inspection for City 6
review and comment. Revisions, if necessary, shall be made to the as-built redline 7
drawings and resubmitted to the City prior to scheduling the construction final 8
inspection. 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. Construction Staking 12
1. Construction staking will be performed by the Contractor. 13
2. Coordination 14
a. Contact City and Developer’s Project Representative at least one week in 15
advance notifying the City of when Construction Staking is scheduled. 16
b. It is the Contractor’s responsibility to coordinate staking such that 17
construction activities are not delayed or negatively impacted. 18
3. General 19
a. Contractor is responsible for preserving and maintaining stakes. If City 20
surveyors or Developer’s Project Representative are required to re-stake for 21
any reason, the Contractor will be responsible for costs to perform staking. If 22
in the opinion of the City, a sufficient number of stakes or markings have been 23
lost, destroyed disturbed or omitted that the contracted Work cannot take place 24
then the Contractor will be required to stake or re-stake the deficient areas. 25
B. Construction Survey 26
1. Construction Survey will be performed by the Contractor. 27
2. Coordination 28
a. Contractor to verify that horizontal and vertical control data established in the 29
design survey and required for construction survey is available and in place. 30
3. General 31
a. Construction survey will be performed in order to construct the work shown 32
on the Construction Drawings and specified in the Contract Documents. 33
b. For construction methods other than open cut, the Contractor shall perform 34
construction survey and verify control data including, but not limited to, the 35
following: 36
1) Verification that established benchmarks and control are accurate. 37
2) Use of Benchmarks to furnish and maintain all reference lines and grades 38
for tunneling. 39
3) Use of line and grades to establish the location of the pipe. 40
4) Submit to the City copies of field notes used to establish all lines and 41
grades, if requested, and allow the City to check guidance system setup prior 42
to beginning each tunneling drive. 43
5) Provide access for the City, if requested, to verify the guidance system and 44
the line and grade of the carrier pipe. 45
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
6) The Contractor remains fully responsible for the accuracy of the work and 1
correction of it, as required. 2
7) Monitor line and grade continuously during construction. 3
8) Record deviation with respect to design line and grade once at each pipe 4
joint and submit daily records to the City. 5
9) If the installation does not meet the specified tolerances (as outlined in 6
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 7
the installation in accordance with the Contract Documents. 8
C. As -Built Survey 9
1. Required As-Built Survey will be performed by the Contractor. 10
2. Coordination 11
a. Contractor is to coordinate with City to confirm which features require as-12
built surveying. 13
b. It is the Contractor’s responsibility to coordinate the as-built survey and 14
required measurements for items that are to be buried such that construction 15
activities are not delayed or negatively impacted. 16
c. For sewer mains and water mains 12” and under in diameter, it is acceptable 17
to physically measure depth and mark the location during the progress of 18
construction and take as-built survey after the facility has been buried. The 19
Contractor is responsible for the quality control needed to ensure accuracy. 20
3. General 21
a. The Contractor shall provide as-built survey including the elevation and 22
location (and provide writt en documentation to the City) of construction 23
features during the progress of the construction including the following: 24
1) Water Lines 25
a) Top of pipe elevations and coordinates for waterlines at the following 26
locations: 27
(1) Minimum every 250 linear feet, including 28
(2) Horizontal and vertical points of inflection, curvature, 29
etc. 30
(3) Fire line tee 31
(4) Plugs, stub-outs, dead-end lines 32
(5) Casing pipe (each end) and all buried fittings 33
2) Sanitary Sewer 34
a) Top of pipe elevations and coordinates for force mains and siphon 35
sanitary sewer lines (non-gravity facilities) at the following locations: 36
(1) Minimum every 250 linear feet and any buried fittings 37
(2) Horizontal and vertical points of inflection, curvature, 38
etc. 39
3) Stormwater – Not Applicable 40
b. The Contractor shall provide as-built survey including the elevation and 41
location (and provide written documentation to the City) of construction 42
features after the construction is completed including the following: 43
1) Manholes 44
a) Rim and flowline elevations and coordinates for each manhole 45
2) Water Lines 46
a) Cathodic protection test stations 47
b) Sampling stations 48
c) Meter boxes/vaults (All sizes) 49
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
d) Fire hydrants 1
e) Valves (gate, butterfly, etc.) 2
f) Air Release valves (Manhole rim and vent pipe) 3
g) Blow off valves (Manhole rim and valve lid) 4
h) Pressure plane valves 5
i) Underground Vaults 6
(1) Rim and flowline elevations and coordinates for each 7
Underground Vault. 8
3) Sanitary Sewer 9
a) Cleanouts 10
(1) Rim and flowline elevations and coordinates for each 11
b) Manholes and Junction Structures 12
(1) Rim and flowline elevations and coordinates for each 13
manhole and junction structure. 14
4) Stormwater – Not Applicable 15
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16
1.11 FIELD [SITE] CONDITIONS [NOT USED] 17
1.12 WARRANTY 18
PART 2 - PRODUCTS 19
A. A construction survey will produce, but will not be limited to: 20
1. Recovery of relevant control points, points of curvature and points of intersection. 21
2. Establish temporary horizontal and vertical control elevations (benchmarks) 22
sufficiently permanent and located in a manner to be used throughout construction. 23
3. The location of planned facilities, easements and improvements. 24
a. Establishing final line and grade stakes for piers, floors, grade beams, parking 25
areas, utilities, streets, highways, tunnels, and other construction. 26
b. A record of revisions or corrections noted in an orderly manner for reference. 27
c. A drawing, when required by the client, indicating the horizontal and vertical 28
location of facilities, easements and improvements, as built. 29
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 30
construction staking projects. These cut sheets shall be on the standard city template 31
which can be obtained from the Survey Superintendent (817-392-7925). 32
5. Digital survey files in the following formats shall be acceptable: 33
a. AutoCAD (.dwg) 34
b. ESRI Shapefile (.shp) 35
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 36
standard templates, if available) 37
6. Survey files shall include vertical and horizontal data tied to original project 38
control and benchmarks, and shall include feature descriptions 39
PART 3 - EXECUTION 40
3.1 INSTALLERS 41
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
A. Tolerances: 1
1. The staked location of any improvement or facility should be as accurate as 2
practical and necessary. The degree of precision required is dependent on many 3
factors all of which must remain judgmental. The tolerances listed hereafter are 4
based on generalities and, under certain circumstances, shall yield to specific 5
requirements. The surveyor shall assess any situation by review of the overall plans 6
and through consultation with responsible parties as to the need for specific 7
tolerances. 8
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 9
tolerance. Horizontal alignment for earthwork and rough cut should not exceed 10
1.0 ft. tolerance. 11
b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 12
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 13
walkways shall be located within the confines of the site boundaries and, 14
occasionally, along a boundary or any other restrictive line. Away from any 15
restrictive line, these facilities should be staked with an accuracy produci ng no 16
more than 0.05ft. tolerance from their specified locations. 17
d. Underground and overhead utilities, such as sewers, gas, water, telephone and 18
electric lines, shall be located horizontally within their prescribed areas or 19
easements. Within assigned areas, these utilities should be staked with an 20
accuracy producing no more than 0.1 ft tolerance from a specified location. 21
e. The accuracy required for the vertical location of utilities varies widely. Many 22
underground utilities require only a minimum cover and a tolerance of 0.1 ft. 23
should be maintained. Underground and overhead utilities on planned profile, 24
but not depending on gravity flow for performance, should not exceed 0.1 ft. 25
tolerance. 26
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 27
specifications or in compliance to standards. The City reserves the right to request a 28
calibration report at any time and recommends regular maintenance schedule be 29
performed by a certified technician every 6 months. 30
1. Field measurements of angles and distances shall be done in such fashion as to 31
satisfy the closures and tolerances expressed in Part 3.1.A. 32
2. Vertical locations shall be established from a pre-established benchmark and 33
checked by closing to a different bench mark on the same da tum. 34
3. Construction survey field work shall correspond to the client’s plans. Irregularities 35
or conflicts found shall be reported promptly to the City. 36
4. Revisions, corrections and other pertinent data shall be logged for future reference. 37
38
3.2 EXAMINATION [NOT USED] 39
3.3 PREPARATION [NOT USED] 40
3.4 APPLICATION 41
3.5 REPAIR / RESTORATION 42
A. If the Contractor’s work damages or destroys one or more of the control 43
monuments/points set by the City or Developer’s Project Representative, the monuments 44
shall be adequately referenced for expedient restoration. 45
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
1. Notify City or Developer’s Project Representative if any control data needs to be 1
restored or replaced due to damage caused during construction operations. 2
a. Contractor shall perform replacements and/or restorations. 3
b. The City or Developer’s Project Representative may require at any time a 4
survey “Field Check” of any monument or benchmarks that are set be verified 5
by the City surveyors or Developer’s Project Representative before further 6
associated work can move forward. 7
3.6 RE-INSTALLATION [NOT USED] 8
3.7 FIELD [OR] SITE QUALITY CONTROL 9
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 10
City or Developer’s Project Representative in accordance with this Specification. This 11
includes easements and right of way, if noted on the plans. 12
B. Do not change or relocate stakes or control data without approval from the City. 13
3.8 SYSTEM STARTUP 14
A. Survey Checks 15
1. The City reserves the right to perform a Survey Check at any time deemed 16
necessary. 17
2. Checks by City personnel or 3rd party contracted surveyor are not intended to 18
relieve the contractor of his/her responsibility for accuracy. 19
20
3.9 ADJUSTING [NOT USED] 21
3.10 CLEANING [NOT USED] 22
3.11 CLOSEOUT ACTIVITIES [NOT USED] 23
3.12 PROTECTION [NOT USED] 24
3.13 MAINTENANCE [NOT USED] 25
3.14 ATTACHMENTS [NOT USED] 26
END OF SECTION 27
28
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
measurement criteria; revised list of items requiring as -built survey “during” and
“after” construction; and revised acceptable digital survey file format
1
01 74 23 - 1
DAP CLEANING
Page 1 of 4
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 74 23 - 3
DAP CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 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
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor’s Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
Appendix
■ R[� I�I E
� N G I N E E R 1 N G
GE�TECHNICAL ENGINEERING FlEP�RT
PRQPQ5E� WALSH RANCH PHASE PA3E
FORT WORTH, TExAS
Prepared For:
�uail Valley Land Campany, LLC
4D� Snuth Record Street, Suite '12DD
Dallas, Texas 75�Q2
Attn: Ms. Akiko 5himizu
August 2D21
PR�JECT NO. 21-25332
www.raneengine�rs.com
R�hIE
EN .ri I NEER�N�
August 10, 2fl�1
Ms. Akik❑ Shimi�u
Quail Valley Land Campany, LLC
�4� South Record 5treet, Suite 12dQ
❑alias, Texas 75�02
Re: Geotechnical5tudy
Propased Vllalsh Rarrch Phase PA3E
Fart Worth, Texas
Rone Repart N a. 21-25332
❑ear Ms. Shimizu:
GEOTECHNiCAL ENGINE�RING
EARTHW�R}t5 C aNTR�L
ENVIRONMENTAL CONSIJLTIIVG
C�NSTRiJCTI�N MAT�R{ALTESTING
Rone Engineering Servic�s, Ltd. {Ror�ey is pleased to submit the Geofechnical Engineering
RepQrtforthe referenced project. The geotechnical engineering services per�ormed for this study
were carried out in general accordance with our Proposal Na. P-31 Q65-21 dated June 8, 2D�'1.
This report presents engineering analyses and recarnmendations far site grading, foundations,
and pavernents with respect to known project and site characteristics, ❑etailed results of aur field
exploration and laboratorytesting are provided in the appendix of the report,
We appreciate the oppartunity to be vf Service to yau on this project. We look #arward to praviding
additional Geotechnical Engineering and Constr�ction Materials Testing ser�ic�s as the projec4
progresses through the final tlesign and con�truction phases. Please contact us if you ha�re any
q�uestions or if we can be af furth�r assistance.
Respectfully submitted,
. �� �"`_' � •
A. Reza Sa�ab�i, P.E.
Seniar Geotechnical �ngineer
1 exas Engineering Firm License No. F-1572
; �� � o � r€�,��
+� ._•--..• ..9�F
SGs::.
r � � *r
f � d
�....... -- . .. ................. .�A. .
�►B G0� R. 5AYA81
.... .... . .. ... . . .... . .. .. ... ...... .
y'-. i 137 52 ��e�
4°�� c, o.��.:
1 !�'�' �..�ENS�..•' G`� w
y�r� �� i��� ��-�'
o$?�D.
Mark D. Gray, P.�.
Partner �
DALLAS � FORT INORTH I ALJSTIN � HdL15TON
32�1 NE LC]OP 820, SLIiTE "I$p ��ORTIN�RTFF, 1'EXAS 7�137 j TEL: ��7.71�.1DA�
= caNrE�vTs
Paqe
1 PR�JECT INF�RMATI�N ..................................................................................................... 1
2 PIJRP�5E5 AND SC�PE �F STIJ�Y ................................................................................... �f
3 FIELD EXPL�RATION AND LABURATORY TESTiNG ........................................................ 2
4 GENERAL 51TE C�NOITIDNS .............................................................................................. 2
4.1 Site Geolagy ....................................................................................................................................... 2
4.2 Subsurface 5oil �anditians .................................................................................................................3
4,3 Groundwater .......................................................................................................................................6
5 ANALY5IS �F SITE AN� FflLlNOATI�N ALTERNATIVES .................,........._,_.,......_..._..._... fi
5.1 Geote�hnical Analysis ..... ................................................................................................................ 6
5.2 5ubsurface Volume Change Potential ................................................................................................$
5.3 5eismi� 5ite Class - -� ....................................................................................................... �- �9
6 F�lJNOATI�N SYSTEM REC�MMEiVDATI�NS ................................................................. 10
6.1 Graund Modification and 5ubgrade Trea#rnent ................................................................................1d
6.1.1 Subgrade Recompaction ........................................................................................................... � 1
6.1.2 Exca�ation Safety Gvnsideratians .......................•--...-•••-..._...,_..._.._..._..._.........._........................'!1
S.2 �oundation 5tructure ................................................................................. ....... � ...................11
T 51TE PREPARATI�N FOR C�MSTRIJCTI�N .............................................................,....... 11
i.1 General ..............................................................................................................................................11
7.'2 Existing Gratles ........................ .................................................... ................................................. 1 �
T.3 Excavations ............................ - - - - -.........._..._.... -� ��- - - ...._... ........ .....................- -�-1�
$ C�NS�RUCTfON �F SIJBGRADE FILLS .. ......................................................................... 12
8.1 5ubgrade Preparation ....... ......................................................................... ................................... 13
8.2 Subgrade Fill Construction ...................... . •..........,........_...,._....................................................... 13
82.1 Project Fills ............. ..................................................................................................................13
8.2.Z Fill Nlaterial Requirements .........................................................................................................'�4
$.�.3 Borrow Selectian � . .................................................................................................................. ��
8.3 Fill Construction 5pe�ifications . . ..................................................................................................... ��
8.3.1 5ubgrade Recompaction and Grade Raise Fill ...................._..--.--.--..--•-..-.--.-.-.--.._......._._........... �5
8.3.2 Utility7rench Backfill ............................. � � - - •..................................,..........................,........1fi
8.3.3 General Site Fills for 5ite Grading and Drainage ......................................................................21
8.3.4 Carnpaction 5pe�ification Summary .........................................................................................21
8.�1 (�uality Control and Field Verifcation Testing ..................................................................................21
$.5 Constructian �versight ............................ • � ..................- - � - - � - ........_........-� � - - ..........22
9 BUILDING F�llNDATIDN STRUCTIJRE, .............................................,..,.,.................,....... 23
9.1 51ab Foundation ....................................................................... �.....,..,...,....,....,.......,.........,..,,..,.....23
10 RETAINING WA�LS ........................................................................................................... 24
10.1 5hallow Foundations for Retaining Walls---....-�---.. .....................�---.-- .--.--.............-....---.................24
� 0.� 5hallow Faundation Constru�tian ..-�------.,.........._.,. ...... ............................................................... -�5
1D.3 Lateral Earth Pressures .....................................................................,...._.....,.................................25
1Q.4 Wall Backfill .....................................................�--- - ��- -� -�- ......._..........................._.........._... ..,....._27
11 PAVEMENTS ......................................................................................................�--•--•�-----... Zi
11.1 Rigid Pavements .............................................................................................................................�$
11.� Pavement Base Course ..................................................................................................................29
11.3 Pavement Ganstruction and Maintenance Recamrnendations ......................................................30
1 HDLC �r ��iy I CIV I 7 �
1� SITE COMPLE710N AND MAIhiTENANCE ........................................................................ 30
12.1 5ite Grading and ❑rainage .............................................................................................................30
'12.2 Landscaping and Irrigation ................................,.,.,,......,....,.......,...................................................30
93 5T1JOY CLOSURE .....................................,..........................................,............................ 31
14 C�PYRIGHT 2021 R�NE ENGINEERING SEi2VICESS LT� . ............................................ 3�
aPaEr���x A
piate
VICIN ITY MAP ...............................................
............................................................................................................ A.1
GEQLQGY MAP .................................... .......... ... A.2
„ .....................................................................................
BQRINGLQCATIDN �IAGRAM............................. ........................._..................................,......................,............... A.3
LOGSQF B4RING .........................................................................................••••-................. -• - -- • ......._...._.A.4-A.57
1{EY TD GLA551FICATIQNS ANa SYMBQLS ............. ........................................................••-.......................... A.58
UNIFIEQ SOIL CLA551FICATI�N SYSTEM .... ............................................................................................... A.59
FtEC COMPACTION ❑ESIGN Ck�ARTS ...........................•••-••--..........,...............................,,................. A.$Oa and A.5ak�
FIELDOPERATIO�}S ........ ................................,.._,..._.,.................................,.........................................._................ B.�
LABORATORYTESTING............................................................ • • .....................................-.--•-•-•-••-•............... €3.�
APPEA�OIX C
Pape
lMPdRTA1VT Ih1FORMATIQN AB�UT TH15 GEQTECHlViCAL EhIGINEEF#ING R�PORT ........... .......................... r.1
R� I�[�
, .,..
GE�TECHNICAL ENGINEERING REPQRT
1 PRO.�EGT INF�RMATION
A tabular descriptioh of the praject is included belaw'
Table 1: Praject O�erview
Item
Des�riPtivn
LOC�tiOn The project will be located on the east side of Walsh Ran�h Parkway at the intersection
with V1lalsh A�enue in Fort Warth, Texas.
Praject The proje�t consists of de�eloping a residential �ommunity, with associated utilities and
DeSCriptian Paved streets. Based on grading plans daked April 2021 prepared by Huitt-Zollars, cuts
up ko 9 feet and fills up to 12 feet are planned within the phase.
The 43-acre property is generally vacant and co�rered with grass ar�d scattered trees.
Based data from Google Ear#h, the site generally slopes downward from the west to east
Existing Site and nor#h to south, with elevations ranging from approximately 852 feet in the nor#hwest
Cont3itions �❑rner to 799 feet in the southeast corner. The nearest major reservoirs are Lake
Weatherfard 7 miles narthwest and Lake Wvr#h 8 miles northeast of the site.
Site Wicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A❑f
this repor�. Boring locativns are shawn on the Boring Location Diagram, Plate A.3.
2 PLJRPOSES AND SC�PE Q� STUDY
fhe principal purpase of this study is eualuation af site subsurfaee conditions ta pravide
geatechnical recammendations for the design and construction of foundations and pavements,
ar�d assessrnent of final in�estigation heeds. For these purposes, the study was conducted in the
following phases:
• Borings were drilled and sampfed at approximate 2D0-foot intervals to evaluate the subsurface
�onditions at the boring lo�ations and to obtain soil and ra�k samples.
. Laboratory tests were condu�ted an limiked samples re�overed from th�� borings to evaluate the
pertinent engineering �haracteristics of the foundation materials.
• Engineering analyses were �onducted far foundation and pavement design recammendations.
• ❑nsite soils were evaluated for p�tential sour�es of fill materials required forthe project,
As the Geotechnical �ngineer of Recard serWing this project, we recommend that Rane provide
assistance during the final design phase to confirrn the intent of the geatechnical
o e a s anc as'e A�'- "' • �' - `
Raf�l�
�.. ,�,
re�ornmendations has been satisfied. In addition, Rane Earthworks shatrld be retained to o�s�rve
the fill ��nstruction and ensure the specified canstructian Gontrols are praperly implemented.
3 FIELD EXPLQRATION AND LABORATQRY TESTING
The boring la�ations were defined in the field by Rone Engineering personnel using site
landrnarits, maps and aerial p�atographs. Grauntl surface elevatia�s at the baring locatians were
interpolated from Gaogle Earth� and shauld be cansidered approxirnate. The barings were not
It�cated by a registered surveyar. �he locations and ele�ations are pro�ided far general mapping
purposes and are accurate anly ta the extent irnplied bythe technique used in their determinatian.
A total af 55 b�rings were completed to depths of appraximately 24 feet below existing grades
using a truck-rnaunted drill rig in July 2Q21. The approxirnate baring iacatia�ns are shown on Plate
A.3, Boring Lacation Diagram. Sample d�pth, description of sails, and classificatic�n �based on
the llnified S�ul Classitication System) are presented in the 8aring Lags, Plates A.4 thrflugh A.�7.
Keys to terrns and symbals used �n the lags are also included in Appendix A.
Labaratary tests were perForrned on selected samples re�overed from the barings ta confirm
visual classification, and to estimate material strata, in-situ consalidatian states, a�d ather
pertinent engineering praperties af the materials encauntered. ❑ne-dimensianal swell tests were
perfarmed on selected samples recoWered fram �arious depths. Descriptions of the pracedures
used in the field and labvratory phases af this study are presented in Appendix g.
4 GENERAL SITE CONDITIQNS
�.1 Site Geolagy
Based on the subsurfac� conditians encountered in the borings and the Gealagic Atlas of Texas,
�allas Sheet (pubii�hed by the Bureau of Econamic Geology�; the site appears to be mapped
within the Goadland limestane farrnation �Kgl). The LJSGS Mineral Resaurces Dn-Line Spatial
Data reference c�ntains the fallawing descriptian af the Gaadland lirnestone forrnatian and the
Kiamichi forrnatian.
osedWa s' Ranch phase PA3E �^ ' " '
RQN�
Gcodland Limestone
Goodland Limestone inter-gradational iaterally with Camanche Peak Limestone and differs from
it chiefly in tha# the Goodland is mar�e coarsely nadular, c.ontains fewer and #hinner clay beds, and
rnassive resistant limestone beds are m❑re numerous. �ften undivided within the 1Nalnut Clay
farrnation carnprised of day and lirnestane abaut equally abundant.
Please nQte that the geologic rnapping was originally perforrned using aerial phatagraphy. Loca1
�ariati�ns and anornalies do occur,
4.2 Subsurface 5nil Canditions
The results of the field and laboratory testing ha�e been used ta de�elo� a generalized subsurface
profile of the project site. The strata identified in the borings at thi� site are described below:
Stratu m I
Generally consists of brown to light brown fat clay {CH], lean clay �CL}, lean gravelly �lay [CL� and clayey
gravel (GC} containing variou5 �maunts calcareous nodules frorr� depths as shallow as 1 faot to beyond
the termination depth of approximafely 20 feet.
5traturn 2
Stratum 2 is comprised of tan and gr2y limestone and periodic gray marl. This stratum was encauntered
as shallow as 1 foot belawv existing site grade, but was nat en�aunteretl at all in 2 of the 55 total barings.
Hand penetrorneter readings ranged from 3.� tv more than 4.5 tons per sc�uare foot (tsf} in the
cvhesiWe sails. A tabular surnmary af the sail praperties encountered in the borings is provided
below,
Tai�le 2� Soil Property 5ummary
Praperty
Estimated 5pecific Grawity, GE
Percent Fines [°/oj
Liquid Limit, LL
Piasticity index, Pi
Votd Ratio, e
Molstur� Cont�nt (°/o}
Malsture Increase Potentlai (9roj
Futt Range
2.fifi - �fi9
2fi-93
29-65
13-45
Q.51
7-23
1.2 — 11.9
Predominant Range
2.68
7Q - 85
37-47
19-27
0.51
13-22
3- 8
•Proposed Walsh R�nch Phase PA3E �� — -
RQ N�,...�r,,.�
Vllith sufficient changes in t�noisture content, swe}I pressures are estimated to be approximately
1,flOD psf, Qr less, hased mn the maisture gain relative to the swell percentage rneasured on the
tested sarnples. Swell pressure testing was not completed for the investigatian due to the
generally shaliow lirnestone at the si#e, The existing mvisture content increase potential was
measured between 1 and 12 percent with #he predaminanf range between three and 8 percent.
Ageneralized su�surfac� profile of the canditions ancountered in the barings is included below.
, apvsed Wal Ranch Phase PR3E - -
z �
z �
m
x �
=m �
�
m
�
�
�
N �
� �
� � N
p � 3
� n �
� � 3 �
� w � `�
?a�`flm
�� �
� w � �
x :� �
� �
N � �
❑1 W
� m
�
C
N
�
C
m
� ❑
—� r
ns m
c�
C7 �
v n
't w
�
� �
nn �g
p�w 3rn
C `� @ C1
[9 � N �
D N
3 �
� Q
�
3
N
0
3
�
❑
�
v
�
�
�ry.�
Y
O
�
�
�
m
�
(�
��
�
1l
fD
fU
A � �
,-� 7 p]
� tp N
� o a
� = Q
- N
o � �
� 2
�
� ik ?.
N
Ele�ation (Feet)
�
�
�l -J V �0 � W W W [L GC 0� � N C�
D7 CD iG o 0 N N W W [1 U�
UI O CP C] [71 p []l O (T G (T G U1 O
RQPI�,,..�,
The Logs of Boring should be reWiewed for specific informatiDn at individual baring locations.
5tratification boundaries shown in the logs represent the approximate locatians of changes in
types ❑f in-situ materials, 7he transition between material types may uary between borings, and
be gradual and indistinct. Variations wiil accur and should be expected across the site,
4,3 Groundwater
The borings were advanced using continuous flight augers and the boreholes were abserved fDr
water accumulation during and after drilling far the presence of water seepage. Free water was
obserUed in only ane boring during drilling and was at a sustained depth of 7 feet at completian
af drilling. The remaining borings were dry during and upon completion of drilling operations.
These observations were made during the field exploration, as indicated on the Logs of Boring.
A thorough hydro-ge❑lagi� assessment of the vadose zone qr upper groundwater vvas not
conducted. As such, the study did not include rnonitoring af upper groundwater le�els or perched
water contlitions, A hydra-gealogic study can be canducted upon request to assess the sources
and variatian of in-situ moisture in the uadose zone and groundwater benea#h the site, and hoUv
variaus site development alternati�es can alter those dynamics.
In general, groundwater levels and moisture cantent in the vadose zone �ary climatically and
seasonally depending ❑n topography, lantl use, surta�e hydrology, subsurface hydrogeology, and
proximity t❑ badies af surface water. The rate and extent of these �ariations depend on mariy
variables including subsurface stratigraphy, soil properties, subsurfaCe mpisture sources,
capillary strength, consolidation sta#es, soil structure, thermal cover, and surface infiltratian and
evapatranspiration rates, A lirnited hydro-gealagi� assessment of tY�e vadnse zone is pravided in
Section 5.1 Geotechnical Anaiysis.
5 ANALYSIS aF S�TE AND FOIJhIDATION ALT�RNATIVES
5.1 Geotechnicai Analysis
Foundation alternatives were evalua�ed based on site-specific geotechnical conditions, proposed
developrnent pfans, and known design preferences. Subgrade preparation and faundation fill
elements are critical comp�nents of all foundation systems. Foundatian alternatives for the
prapased devei�pment vvere evaluated based on the following engineering criteria.
pased a sFr R�nc Phase P E . - _ --� G
RC7N�
. Bearrng capacity
. 5ettlement potential
• Valume change {shrink-swell} potential
The rate and magnitude af subgrade volume Change is controlled by soil wetting and drying
cycles. Volume change potential is affected by moisturQ change potential, clay mineralogy,
rnaterial density, soil struct�re, hydra-geologic en�ironment, and confining pressure to swell
pressure ratios. Moisture change potential, material density, and soil structure can be modified
andfor controlled; and clay cantent, hydra-geologic envirainment and confining pressure can be
rnanaged ta limit volume chang� as necessary for each foundation alternati�e. These are key
factarswhen eualuating the ground modification elements forUarious faur�dation alternati�es. The
primary provisions far rnanaging the hydra-geologic enuironmer�t are long-term stabilization of
subgrade maisture levels, and management of desicCation risk.
Groundwater sources have not been fully e�aluated, and a complete hydro-geolog+c study was
not pertormed. Hydro-geologi� assessment of the vadase zone indi�ates the primary moisture
saurce is likely surFace water infiltration with periodic perched water atop the underlying marl and
limestane, The ��rrent soil moisture profile indicates rela#ively maist �onditions in the deeper
soils, implying that capillary rise fram a groundwater saurce located belaw the explored depths
rnay also be a cantributing factor affecting soil moisture le�els at the site, Capillary rise from any
permanent grounduvater wauld help rnaintain deeper maisture levels uvhere Capillary breaks are
absent. Gapillary breaks appear ta exist in scattered layers and pockets as gra�elly clays. Other
gran�lar capiflary breaks may be present in unexplored areas of the site. The site is unde�eloped,
rela#i�ely open, and generally well-drained. Surfa�e water storage is negligible, and the site
exhibited minorthermal cower, 5urfa�e grades generally slope downward frorn west ta eas# antl
north ta south. Hawever, the underlying bedra�k gradient did not exhibit consist refle�tion of
similar topography.
ropose s - 8nc ase ' •- " - � . - -
f�����.t ,,, �,...
- �
■ D-2' n� -- = 4S
Arg. IrrSitu MC% by Depth
31
��
��
��
;; �-
-- »
� __
� ?l
G
o �`
� Yl
15
]'
11
i�
- � � -•
� o-8 r- e-la' 13-_5
■ 18-?D'
Foundation systems often require ground modification within the wadose zone. Each ground
modifi�a#i�n elernent includes provisions for limiting moisture content variation, and preparing for
its effects. The following ground modificatian elernents were evaluated far shallow foundation
alternatives:
• �feed and extent of subgrade repla�ement ! re-compaction fill,
. Management and kolerance of in-situ conditions below ground modification depths,
• Grade raise elements,
• 5trength and stability requiremenks af each foundation fill elernent; and,
. Subgrade stabilization optians.
5.2 SuE�surFace Vvlurne C�ange Potential
For this study, a lirnited assessment of swell poter�tial was perfarmed; swell pressures were nat
measured due ta the generally shallow depth ❑f lirnestane and the limite�i swell per�entages with
�omparatively }arge mnisture changes, Swell test results are summarized irt tF�e table below:
Tabl� 3: Swell Pvtential
Boring ��pth Load
(�1 fRs�}
B-'E 3 3 7 5
&2 7 875
B-4 5 6�5
&9 5 625
B-13 7 875
8-t9 � 875
B-3$ 2 375
B-39 8 1125
8-4U 4 625
Figure 2: Average 5ail Moisture Profi}e
PlastJcity Percent
Index Fines InitTa�l Flnal
2� -- 17,7 21.1
-- -- 15.2 18.2
-- -- 14.8 18_9
-- - 13.6 1 �_4
-- -- 1 �.9 22.2
-- -- 10.Q 17.�
19 -- 10.9 17.8
13 -- 19.6 15.0
28 -- 12.9 20.�
Moisture [°/o}
Incr�ase Increase Potentlal
3.� 3.7
3.� 3,2
4.1 4.3
2.8 3.0
5.� 5.�
7.0 7.2
�.9 i.1
3.4 3,4
i.7 7.9
5w�11
�°/oj
O.D
0.1
�.D
1.0
0.0
o.a
0.0
0,0
0.1
- ,T� } _
pose� Walsh Ran�h Phase pA3E P A' E ��
RONE j
�
�oring ���th Lo�d P1�sticiky Percent
�ftj (psf} Index Fin�s �nitial
8-49 2 375 17 28 11.fi
B-5D 4 625 41 33 17.fi
B-52 2 375 21 2� 10.5
6-53 4 625 22 4� --
Mo�sture {�bj
Final Increase lncrease PaterKial
23.3 11.7 11.9
18.6 1 .0 1.2
'17.� 6.9 7.1
Swell
��lu�
�.2
�.0
0.0
0.1
The sw�ll test results indicate low swell potential in the upper soils. Correspanding swell
pressures are expected ta als❑ be low. For design, we estimate a swell potential of approximately
p.2 percent, and swell pressures af approximately 1,Od0 psf.
As a supplernental reference, Potential Vertical Rise {PVRj was alsa estimated in general
accordance with the �exas ❑epartment af Transpartation (TxDOTy Test Methad Tex-�24-E as an
additional means of e�aluating swell potential. The TxDOT method is empirical, assumption-
based, genera}ized, and based on correlatians with the Atterloerg limits, density, and maisture
content of the soils at the time of the inWestigatian. All canditians governing swell patential are
not accounted for in this procedure. This procedure v�as applied to a 12-foot deep acti�e zane
for soils in a dry moisture condition. Based on tlhe TxDOT method, the estimated PVR is about
1 5 inch. Based an aur analyses, the following parameters hav� been used to e�aluate foundation
alternati�es and design:
Table 4: Llntreated Sui�grade Moaement Potential
Material
Clayey 5oil
Design Depth �feet}
na
Estimated Swell
Pr��sure �psf�
1,Q��
Untreated Swe[I
Potential �inchesj
r�
5.3 Seismi� Site Class
The site classfor s�ismic design is taased vn �everal factors that include suhsurface profile, shear
wave �efocity, density, relative hardness, and strength, a�eraged over a depth of 100 feet. The
borings for this project did nat extend to a depth of 10� feet; therefore, we assumed the canditions
belaw the depth of the borings to be similar to thQse encountered at the termination depth of the
borings. Based on Sectior� `lfi`I3.2.2 of the 20'18 International Building Code and Table 20,3-1 of
ASCE 7-16, we recomrnend using Site Class C�Stiff SvilfWeak Rockj for seismic design.
Prvpnsed W81sh'Ran�h Phase A E' �� ' +`:` � � �. � ' •=' `'' r"'�� ,
Ral�i�
�,� ���
B �C3LfNDATInN SYSTEM RECD�VIMENDATIDMS
Design evaluations have been rnade for the building foundatian system� based an aur current
understanding of the project and the available subsurface informatian. The proposed buildings
may be supported on slab foundations bearing within control�ed fill or native soil. A schematic
cross-section af the foundation system is provided below.
Figure 3: 51ah Fnundati�n Crass Section Schematic
Subgrade madification should result in the following ground stahility improvements when
canstructed as required in this report. �hese parameters should be used for design Oi fhe
structural faundation system.
Table 5: Summary of Estimated Ground Impro�ernent
�hiGkness frorn Final Estimated Swall Swell Pvtential at
Material I Pad Ele�ation (feet] I F�ressure tpsf� f Finished Pad [inc�esy
f�atural ar Controlled Fill 0 to 1�2 600 �1
Subgrade
Fat CIaylLean 2 t� ��+ 1 aDD IVp,
CIaylGravelly Clay
LimestonelMarl 2 to 20' NA NA
fi.1 Ground Madificatian snd Subgrade Treatrnent
Madification of the existing subgrade rnaterial is designed tv control the building pad subgrade.
Any graderai��fill used ta achievefinal pad elevati�ns sen►es a similar purpose, Over-excavation
is nat required f�r subgrade treatment; however, all fill should be placed using the cornpaction
Controls recommended in this report. Controlled fill should extend at least 5 feet laterally beyond
the proposed buildings to allnw for adequate edge preparation. In areas where adjacer�t flatwork
abuts the buildings, the recompacted subgrade should extend the full width of the pauernent t�
back of curh, or landscapa area.
raposed Walsh Ranch Phase PA3E `�- � P A G E� 0
—�.
Gus -- - F.�stir+pCi e
Floar 5iab
-^`� ftMtornpxclad �� ' n � Ia 2' T �,
S�rx�adC J � a S� ����� I
�..r_-._•s--•--Csraq�►$1�rs�6-,,'`... . - --NenMe; � •_�-,_-_--^ :... . .. '.;..r._ ,_ ,_ ..._ ...M___.__.._��- --•- � ---- •
�#��E,
�
B,'I.� Subgrade Recampactinn
The subgrade recompa�#ion is design�d ta restructure the cohesive soils such that strength and
�olume change can be better controlled, Determination af the �ornpa�tion energies an�i
compaction efficiencies required for the existing soil properky r�nges enable this control, Effe�tive
construction contrals for the proposed fll elernents are prouided in Se�tion 8 Constru�tion af
Subgrade Fills. Estimated eonstructivn perform�nce and results �re alsa in�luded.
B.1.Z Exca►��tion Safety Considerations
All ex�a�ations� s�ould be sloped, shared, or shielded in accordance with OSFiA requirer�ents. It
shoul�! be noted that in accordance with Texas State �aw, the design and maintenance of
excaUation safety systems is the sole responsibility of the constru�tion contractor. �SHA
Standards 29 CFR — 1926 Sul�part P, in�luding Appendices A and B, should be referenced far
guidar�ce in the design of su�h systerns.
6.2 Fvundation Structure
Slab foundations bearing in contralled fill ar suitable native soil may be used to support the
proposed structures, pravided fill construction is contralled as rec�mmended in this report.
Ground maaement potential will be limited with the reCommen�ed tlesign provi�ians; h�we�er,
grade-supported slabs should be desig�led taacoommodate the estirrtate potential �ertical ground
mavernent. A rnoisture barrier should be placed immediately beneath the concrete slabs.
7 51TE PREPARATION FQR CONSTRUCTIDN
T.1 General
Existing foundations, structures, deleterious materiafs, debris, utilities and other manma�ie
features shoul� be remaved, an� existing utiiities should be relocated in accQrdance with the
project plans and specificatians.
7.2 Existing Grad�s
All �egetation and org�nic matter shoul� be remo�ed from w+thin the proposed �anstruction limits,
including tree stumps and root systems. Remo�ral should e�4tencf at least 5 feet beyond the
perime�er of grade supported structures, axcept v+rhere it must be maintained according to the
design documents. Uniess otherwise indicated in the spec+fications, all ma�erials resul#ing from
� _ �n•, - -r-� --�,•, , r
rvposed Walsh R�nth Phase'PA3� ~� �
R�NE j�
f4..�1 �
clearing and grubbing oper�tions shauld be properly disposed. Irr no case should any arganic or
deleterious material be used within the earthwarks orfill materials, ar permanently plaCed onsite
exeept where autharized by the geotechnical engineer.
7.3 Excavations
All excavati�ns should 6e performed to fhe limits and grades indi�ated in the design dacuments.
Thi� study was not perfarmed to eualuate the difFiculty of ripping, processing andlor excavating
the on�site materials, or estimating the volume of th� excaaated materials. The earthw�rk
�on�ractar should have experience in construction and exca�ation within these materials, The
Contractarmust use his ar her own experience when making de�isians regarding means, methads
and co�ts to a���rnplish the proposed canstru�tion, in�luding exca�atian taals, excavation rates,
and number of trucks.
8 CONSTRUCTIflN OF SUBGRADE FILLS
5ail fill elements are critical components af any faundation system. Strength and sta6ility of fhe
fill is essential to lirniting su6grade moaernents 6elow foundations, floor slabs, and paWernents.
Mechanical soil compaction is designed to irnpra�e the engineering properties of soils; however,
the desired �ompactian standards are often not achie�ed during construction. The soil
canstruGtian specificatians in this report provide for effective compactian control, including direct
dat� uerification and real-time control.
The fill construction specificatians pro�ided in this repart are designed far the specific
geotechniCal requirements af this project. 7he specifications provide the construction �antrols
needed to prepare cohesi�e fills for saturatian and drying patential. If the specified �ontrols are
nat properly implemented, the fills will be vulnerable to strength loss and swell with saturatian,
and potential shrinkage frorn drying. The initiation af s�rrinkage or swelling usually leads to
increased shrink-swell Cycles with rnoisture �ariation, The design of these sail carnpactian
specifi�ativns inciudes estirnates of cornpacted soil properties corr�spanding to varying
compa�tion energies and cflmpaction efficiencies, enabling assessment af the final compacted
perfarman�e af the fill.
The construction specificatians below will prepare the fills for potential saturation; however, th�
environments of these fills must maintain generally rnoist condi#ians without excessive drying. In
pvsed Walsh anc Phase PA3E r � P A e
R�hl�i�E��il
many cases, equilibri�m maisture ranges can be established during construction, �3ut in other
cases equilibrium moisture cannot be achi�aed wi#hvut angoing maintenance follawing
canstruction. Potential maintenance requirements forfills on this project are discus5ed in Sectian
12 5ite Campletian and Maintenance.
8.1 Subgrade Preparativn
Afker site clearing, fhe exposed subgrade should be prepared for canstruction of foundation fills.
All areas that will underlie foundations, flovr slab5, pr pavements will require graund modification
as presented in the following sections.
Expasad subgrades in cut areas of 3 feet or less shoultl be s�arified to a depth of 8 inches and
recampacted wet of the ❑ptimum moisture cantent at ft,lll cvmpaction in eonstruetion, to at least
95 percent of maximum density in canstruction, as generated by a CAT 563 fQQted cQmpactor or
appra�ed equi�valent. Field verification testing will be conducted in accordance with 5ection 8.3
Quality Contral and Field Verifi�ation Testing. Any areas where the specified properties are
not achie�ed often indieate a soft or low modulus subgrade is present below the compacted lift.
If testing confirms that saft soils underlie any section of the recompacte�i surfaee, those sections
should be o�erexcavated and recompacted in lifts as required �y the Geotechr�ical Engineer.
8.� Subgrade Fill Construction
All foundations and pauements include a structural fill element. These fill elements are critical to
ground modification requir�ments and the strength and stability of each foundatian. Fill
construction requiraments depend anthedesign purpose and seruice conditionsvfeach fill. Each
fill element should be constructed to achie�e the properkies required for the lang term stability of
the fo�ndation, Each completed li�t should be maintained at the recommended moisture lev�l
until placement af s�bsequent fill ❑r permanent protecti�e cover such as pavement or fivor slabs.
8,2,'E Project Fills
The fill �lements identified for this project are listed below:
. Re�flmpactifln of existing subgrade and grade raisa below flaor slabs and pavernents
lJtility trench backfill
. General fills far site grading and drainage
�• roposed Walsh RancFi Rhase PA3E' '' ' ' - • • • �
RQN�
8.2.2 Fill Material Requirements
The fallowing table pra�ides general praperty requirements and applications forthe cahesive soils
that rnay be used as fill an this praject.
Tahle fi: Fill Material
Material Soures Rroperty Ranges Use
1Uatiue 5oil �n-Site NA I Building and Pauemenk Subgracfe
Sill s�il classifications are not �CCept�ble. Gra�el �ontent should be generally less than 2U
percent. Fill should be free of organics, debris, large rocks, and deleterious material.
$.2.3 Borrow 5ele�tion
Rone can assist the contractor in the selection of borrow saurces and cornpactor pairings in arder
to a�aid or reduce moisture amendment needs during constructian. 1Nith this assistanGe,
perrnissible soil property lirnits may als❑ be expanded by mat�hing, the �ompaction energy of
specific compactors with the soil and moisture ranges of fill material,
�ar improved cantrol and more �onsistent fill properties, stratified borrow sources appro�ed for
use as fill should be exca�ated in a manner to reasonably produce cansistent rnixing �nd
increased unifarmity of the fill materials. The Geatechni�al Engineer of Record can provide
additional guidance far this as needed.
8.3 Fill Constructian Spe�ifications
In general, all fill soils should be plaGed in consistent laase lii# thickn�sses and compacted fully
and unitormly across ea�h lift. The maisture content at the time of cc�mpacti�n should be wet of
the ❑ptimum moisture cantent in constr�ction as defined by the fiefd �ompaction curves prouided
in this repart. Any rnoisture modifications that may be required should be performed before
campactior�, Each liff should be �ornpacted using at ieast the minirnum nurnber of passes
required to achieve full campaction as pravided i�y the Geatechnical Engineer of Recard.
The compaction spe�ificatians f�r soil construction provided in khis report have �een de�elaped
for each fill expected on this pr�ject. �hese spe�ifications are based on the predetermined
c�mpaction perforrnan�e of specific cornpactorand soil cambinations relatiue ta the knawn praje�t
design requirernents, The recomrnended cantrols have been developed based on fill material
. opvsed Walsh n�t► Phase PR3E � - P A G E � 1
F�DN E /
�
and property ranges determined during the site explaration, and typical compactars suitable far
these filfs and fill volumes, The specifications emplay family-of-curve methads for compaction
curves produced during canstruction in order to use the compactor's performance far Gantral and
accommadate soil uariation during canstruction. RECTM Compa�tion Design Reports supporting
this analysis, along with the resultin� prvicess control requirements, are included in the appendix
of thi5 repart. The construction specifications and illustr�tions of the performance, range and
limits af construc#ian for each fill type are pro�ided belaw. At the end ❑f this section, a summary
table is provided as a quick reference for the fill specifications, Additianal infarmation can also be
pravided regarding alternative compact�ars to accaunt for changes during construction and optimal
selection by the earthwark contractor.
All completed lifts should be pratected from desiccatian as saon as pra�tical. Completed lifks to
be expased mare than 1 day should be kept wet with light w�ter application. Campleted lifts
damaged b� desiccation, erosion, construction traffic; or other disturk�ances should be scarified
and re-compacted according to the process �ontrol requirements for that particular fill.
8.3.1 Subgrade Recnrnpaction and Grade Raise Fill
The building pad suk�grade shauld be fully and unifarmly compacted to final pad elevation.
Moisture levels should be wet of the optimum moisture cantent during canstructian as required in
Se�tion fi.1, according tv the following process cantrol specifications. The depth a1f
recnmpactian, if required, �+vill be determir�ed during the final geotechnical study, but is anticipated
tn be 2 feet or less.
Use a faoted compactor equivalent fo a CAT 563, as appro�ed by the Geatechnicaf Engineer of
Record. Compact in 9-inch laose lifts to at least 92 per�ent of the maximum dry density in
constructian and tv an air percentage not ex�eeding 6.� percent. The optimum moisture content
and maxTmum density in construction are determined from the field maisture-density curves (fieid
campaction curves} generated by the eompactor far the range of sails used in constructian. This
family-of-curve range for the specified campaetar energy is pro�ided �y the Geotechnical
Engineer af Record.
Figure 4 provides the perFarman�e and design construction range for the speci�ed compaGtor
and the in-situ moisture ranges relative ta the de�ign moist�re range for construction. This
specificatian range can be refined with more soil information pr�or to ar during construcii�n. An
Propcsse a sh�Ranc P ase�PA3E� -' ^�'�r P A G
RQN���..,,
illustration of this cornpa�tron specificatiion is provided on the Compaction Cantrol Chart in
Figure S. Tne Campactian Control Chart includes the required constructian range and minimurn
numher of passes required for full lift compa�tion. The constructi�n range prowided is anly �alid
f�r full lift carnpaetion using at least the minimum number of passes. Additional �ontrol
spe�ifications are noted on the chark. It is critical for the strength and stability of the frll that each
lift is fully and uniformly Cornpacted using at least the rninimum nurrtber of passes for the
compactor-sail range cornbination. Figure 5 can be used as a separate reference during
�onstruction. The RECT'" Compaction ❑esign Reports covering the soil ranges at the site are
included in the appendix.
8.3.2 Utility Tren�h Backfill
Utility trench hackfill should consist of an-site clays and gra�el fully and unifarmly compa�te�d in
6-inch loose lifts wet of the optimum moisture content to at least 9� percent of the maximurn dry
density, as determined frnrn representati�e Standard Proctor curves normalized on the lab line-
of-optirnums for the soil range used, and carrected accarding to standard dry unit weight relations,
Air cantent should not exceed E,� percent, ihe family-of-curves and constructian acceptance
range will be pro�ided by the Geotechnical Engineer of Re�ord. Suitable hand-aperated
cvmpactian equipment should be approved by the Geote�hni�al Engineer of Recard.
The general perFarrnance, range and lirnits af #his construction using the recammended
compactor is illustrated on the Compaction Perfarrnance and Design Chark in Figure fi. This
specifi�ation is presented graphically on the Compaction Control Chark in Figure 7; howe�er, it
should be refined as necessary prior to �onstructi�n using adtlitianal subsurface information.
Figure5 4 t�rougi� 7 are included below.
ro`posed Walsh Raneh Phase PA3f � - -
a �
A �
y
_
� � .
0
�m,
;n
�
��
7 r
A N
�_
� �
3 j
� 2
� �n
��_
J F �
~ � _
�� �
�' � m
��
�
W
'r I n
�
rt
W
C
O �
_❑
2 �
G? �
a �,
z �
❑ �
� Z
mm
� �
m T�
❑
� � T
(j7 � .�5
Ca
z z
L'f � A
m
O Z
m ❑
� O
f7 N
� �
Z Z
� �
C-7 i]
� �
�
z
'3] .:J u
..� � �r
"� I I I I I
0 0 0 0 0
,a �c os m �
V --5�_„11 �+ 1
�
i
1
i
�i
� �
�
�,�
�' � _
� � �
� i �
� � r.
� � c
u:i �
� n � c
ni � �
� , �
Ury L7ensity (pr.fJ / Void Ratio (ej
� � � � ., :
.� ,.� G• �n :� �-
c a o c o 0 0 0 o c o o �
�, a� � a :n � �a a a :a i.., �i, c�,�
n.; cb p, � � w �p a w q � r.�
C �
n �
�
o��a N 'm
m
C '"
h O �
w n � m
m � _
u; °4 a � N
�, o
a m � � o
� � � It I+
� � �' � v sNr�
x Q; m '* 3: �
�+ � n
+'+ m o
�
� o �
� �
o � +
-• °r a
� n �
o� m
�
oa
ro
�
� � r" � �' Q r
rJ I � p F-' ^ ♦r
�- I � � � � /r
I � � � � Jr
F-' 4G /
i n '�, [n f° ��
� •
Ci+ i+ .�.. _ _ •
--- a w ni � �
�.�--- � ---- � � r
o�r I'�' � � 3. e / f��
� �-
� I � I C C T � +�
� I 1 I N pq y j !
� i � i �
� i � � � � � � 'rr
� � r�-r � n� fD � •
rC i � i O � � ;
W�� �Q s,� I !.
�'1 I�T I� N .. J !
i
C I [„µ�l I � � ~ � i�
� V
� I i
� I a� � I � I+ I+ � ��
� � � � ° o � �
I i � �
��rro ^, i � � �' .� i �
_'_ ��" r,.i i'� if i � I
---- � C 4 i� � c
c �_ \ I c� 7 � in � I �
� -
�, �
� I � I ,� �i � �
� i v' � ^ •
i
Lu i C � !� N w+ 2 d � 0 o p r� r r
� I � � � rf I�o ,� � a � � f° �- " �
� y��o�� � / r/ r�o o"i p� � I � � � a � � �' � �' �
V ► ro i � �� � � � 3 0 � � � � � y � a
------ i u� � ,� � ? Q N � � �
� I i � � n � � ; � � � 3 �
� , -. o o � � . N � o � �
Y ' �' -
� _ � _ � � � � � � � p� �r N �
_ _—_ Cl � � Q C
�
�
�
� .Z1 .Z1 ❑ T1 �
v m m � r �
� C C r`' I� �=
� rn cn s z `m
Q m m z p n
m � � m � �
m � W � � � `
� ..,
N
U] _
N
W
❑ ❑ v v `�
Y Y A Y �
1 1 � �
m m m m
� �
�: m
f` N
k: ?� 4
�
: rp rL �D 7 x �1 �
r r1 0 0 �� � � a
� rf Ln A a a � �� �q � a a f0 Q �
� m C-1 T'-�' � � � Ov �n Q 7 C
� � � m = �v m ? � Q � � o ; 3
N � v+ � � I . 3
� 7� on �. � o � � o oi m c o
� � � � � � �
� . c�, ±� � a� 7. y- ? r °� ° t o
� � � `�
�� T C � �t: [.0 � o � a � � � ..,
o � � �
/ 1 94 �� I 0� � � fc � �" �D � C �
� I H r a 2 r�a o rn���� m._, � �c, ��� � 4' � - c
. �
�r � � � � - � � � � f° � � '� � "` � o 0
s�, -3 m
e n - a-
�
� _ r: . ❑ ry m w, � o� � 3 r. � �' � c� � a
J � � l � � � � • �: K O '� � G
� `� � ��� 3 r�-� o a� � � M
m `� S � �
'I a � � � n � � y N' `c Q' � oi � O
I rc � a y ❑ � — � � � - �' � �
d
I � �� o a � ~ � � y � ` C � � n
o � � � �3., !s � � � 3 3 q
I f' `" O y I r+ a rc " 2 a 3
� � G � �.7i N C y C nli .. y. N
� � � � d V n �p �� T y C
� ai Q N y C V d� N �l � r.
1 r^ r' I � . � c^ � � "
� q
If �. � � r.� �� 3 a a � p 3
` ; 3 � m -
Ir C ; � . V +} � � n R �.
. - �, � v � _ ,� �;
� . � � ,
� � � � � � n
f �
� �- N.
�
W �
r �
I �
Q �
ti �
�O �
❑
�
�
�
rr
�
�
n
i
C
O
Q.
�
�
r+
O
�]
� �
�1
�-r
t�
n
ti'i
O'�
w
�
r�F
�l
r+
n
�
❑
�
�
�
�
n
2
�
S
iI�
Cb
�
7
�
l�
�
n�
x
r
O
�
N
r
rt
T
r [
d
�7
G1
7
�
�
d
�
�
�
�
�
{.i-1
n
v
�
r
4�
■[
�
�
N
j"r
N
L17
W
W
N
�
�
C1
�
�
�
�
�
n
�
�
�
�
N
�
�
��1%
rn
f�
�
Q
�
,C
a �
� �
� � .
�
�
�rnin
m
m
n
y �
N�
� r
� �
�_
^� n �
O ��
'i °; S
� F
� w =
n`e 7
v' � f1l
s �
nm
ro
�
m
c�
�Q
Q�
Z
�n
a�
a_
Q �
nz
n
m�
��
m�
Z Q
� � „
� n C
� _ �1
W � m
GT] � :n
N �
n„
Q Q
m�
�n
m�
c� �
Q N
� �
N �
� C
� �
C �
� �
�
Z
�ry Density �pcf} � Void Ratio (e)
cx ti tc �' •' �-. �. �-.
�- c ,r � � � G c �
�� I I I I I 1 I I I I I 1 I I i 1 I
c o o v c c e q e a e p o c c o a e
� e oo a, ., :, 'v, a 'v, �, c„ ia a a a w � ry
., r., .� r... ., r., � a c m w � c� w o .�
G
s
�
�.
�
6
rn
�
O
� �] �] O �1 �
� rn rn � � �
� C C y m �
� U US
��moznn
rn � � �
q� � � � m � ti
❑ �
�
N F+ 2
D
�
��oN
'° - 3
� `°a �
�� o
��a
� � o
N �
�N�
� o,
v c
� � �
� � y
�a�
� g a
T��
� �
���.
C �
� � 'r1
���
n � O
C � _
N
� � �
�o�
� s
�
� � �
� � �
a
�a �
�
o��
� � �
� a, c
� o
? � �.
ro �
N v
01°'
� �
� - �
O N �
— o �
ti
Cn Y
N
�
O Q ❑ ❑ N
� a � �
rn m rn m
o� m
m �
Q O �' �
j N
0
��
� x
� �.
o �c
� o
m �
ro �
�
�
�
0
�
r~A
n
a
�
ID
�
�,
� �
�' E w ��
,� o , •
�, Q � �
� N � �I
� n .
� r� m .
� V ��
� �Q , � �� � � f
Z �
"r �
o ! � f.
m ,
� , .
re �
r
� r
�
� � :
� ,
� t
o % �f
� I .
� �
/
f
.
�. '
!
� ,
•�
�
� '
�
�r
% '
� rn v+ A w r.� F- r�
� O
. r �
f
�� O� r7 � v� a � O
� � � ? f0 C � N
J � � � � j 4 c � �
� V �y ro
� +f l � � = N 3 � � �
� �
,± C `c ^— �c a � � �
Jf � � ? � � °i 3 .n. 4 �
`o'
� � m a°1 w. � h �' v�
I �� v� n� �� v�
�� u a� � � N � r.. � �° ip �
� n: ❑ n
I a v. �
� � a� n a m n^' a��
I a� c o d�� � x, � �
1� C� a o �c o 3 �
� 3 �. � � Q � rc �, n v, 3 � �
� � a � o � �, �; � � � � 3 � �:,
� � � � s x � � � v
�. � o' � ��� n�'^ n � o n�
/ � Q °' nS u � � � � 4 4 �-
�J —� ti c � N r. � a �� in
/ .�' fC 7 � Q � � C ❑
i U a� � � �
: — N � 3 r' — � N � .c
i t � n' ,.�.�i `7
! A^ a¢' ��• f. o v r� I
' c � � x � `- � � a I � I I
�� m O a� 3�� � � I � p �
� � � �
i+ d � v ��� ❑ '- � S I � i., I
�% 3 ro �� rc � � a � �-1 I
■ �'- 3 = 3 � �• 3 � _ N
3 � � � � � � �q � H
� '� Q � � � O rp { 3�
,i a ,� � o � a �� 3 �. Q n C �-
� 3 v� a�� �� � �,a ❑ �'
I �6 a p � C � r1
, � p � � C V � �. � � � � � 'Il
• � � ` � " � � � a � o
N q � p; v❑� n N
J� L+ d O� f� O � �.. w r' `� z�
� C �0 3 Z z �� n: d
► o' � ��' i^ � f° r��c o� S
� �+ �' � -*. � r� N � ❑
/ 1 � -. D � � Q �L
..L f D. a �� m �. V
� .� 7 l � 0'0 .
,
� O
I rt
o �
� �
�ro
0
�
�
rF
�
v
�•
�
�
N
v
eT
C
n
. �
v
�
�
�
_ 1
�
w
�
�
�
n
�
❑
�
7
�
�
n�
Y
�
�
�
�
�
�'
�
[D
�
6?
x
r
C
�
�
�
r
G
L/i
Q
�
v
3
�
{b
C
�
�
�
�
m
w
�
�
�
r
v
�
ro
�
N
N
i
N
�J'1
W
W
N
I
�
�
�
�
�
�
�
n
S
�
S
�
�
�D
�
w
m
�
�
Q
�
x
a �
A �_
� �
�
Nm
n
❑
�
�
L
C7
�
❑
rUr C 2
n ��
,�{ �o
- r � Z
-i � _ � �7
}�� rn� „
� �n Z C7 �
�, _ [� 2 x
� � � = p fr
f° Y n � o'
u � � � �
f�' �
D f11 � �
� �n
� r 2
CIl
--1
.Z1
C
n
�
O
�
� � � �
� m m �
� C C D
z � � �
❑ m m �
� o 0
m � � �
0
m ..
�
[�!] S
❑ o Q �
� p ➢ �
� � � �
m m rn �
W �S�
p7 T
N V
Dry �ensity �p�fj / �o�d Ratio �eM
�
~ l� N `.
oc ,c �o � V C u� O V1
� i i � i � i r i i r r i i i i i �
q o O Q C 4 O QO� O C O 9 O q O O yO,� o
lO � � � � '� � A 9 O�i W b a W 6 V !a h�i
C
�
0
N
�
�
-�-r
?
�
�
u
� �
� - n �^.
�� �
��
Q � �
� Q n:
r.
� � ❑
� � �
� �
K � K
- fC ❑
6
i'.1
c m
3 �
� �
� � �
� � a
Q o
m �
G —
� � �
C �
��
O � n
n ; �
��;-
ro � �
� 9 �
-' i.�.
�T
��
a� o
�o�
� a ❑
�, � �
❑ � W
�v%
�
0
� o
3 T -
� � �
o � �
� _ ti
o � �n
T �
r Q
m �
� �
m z
� �
�r
�
I+�
W
�
C
� �
� x
� ��
�
7�
�
O
N�
�
�
{'S
Q
3
f9
� � r�r �
fi �
� a � �'w
y � � fI
� �
« �' � .
� � i
� O �
in Q r
G� �' •`
N� ��
a5 ►1 i�
� � ,
►
.
� '
r -- - •
3• �
:
o �
�
�c .
D � •�
ro r
3 •
� � !
1
,� ►!
� . /
� �
/
Q �
/
� !
� r '
�
+ �n A w ry N n
r o
. � �
•
� ��� N T O H O
. ■ a.� � rt � � � �,
/, N � � � � � �
�^ �
� C y o � ��
� , � � a �._ � 3 � �;
�� n d�� ,C a a ��
� y C
i �� � T o. �� s r� o
� f oo m a� � �� �
► ;n � � ,p n ..
. � m
� 3 � � o ic
, ��. ,� ti, o o �
- c �
► c+ v� -
�, � � � Q � � � N�
� � � G _
� N
��f � � � � a
� r �
. � � � � a
f � � u 7 C.
I � � � � r �
+ � .r C C ^C
�
i �'� � o`_' �� I
I � m�� � a � I � I
+r C � � � � � � � �
I � ? � a s� � � w I
� � c ` � � I_I i
r 3 0 —
1 �
f � n�' c° o n a� �
r �
l y.. �o "� 3 n �
r � o' � v � °- � C rr-�
, a�— �' a� b �� in ci
I � �' o.". n� � o Gl r-�
� z
� N o; �� � o a N
I � m � �� �'? 2 ct
, � 3 �
�� C N. � 3 ¢�
� F' [6 =C ib '� ry �
� .. a o
�� � ° �
, v
�
O
I �
aa
N y�
� �
C
�
r�
Q
m
�
�
r�4
�
�
�
�
�
�
�
r v
{'"1
�
�
�
D
�
�
�
i�1
a
�
G7
o'
7
�
Q1
�
�
�
�
�
T
�
�
Q
�
v
`,
�
�
O
�
�
�
�
�
W
C7
ni
�
d
•C
�
�
N
�
�
5.:1
W
W
N
I
�
�}
N
�
N
�
�
h
�
�
S
�]
N
�
�
w
fT'1
�
�
�
0
�
7C
A �
_ �
� �c
�rn
�
m
C]
� �
_ �
T �
��_
���
a� �
� 4 �
,_
�J � �
_
x � r
� N
2 f'I
��
� �
�rn
�
�
C]
�
�
�
a
C7
1
C g
� 2
r �
rn
�
� �
��„
� � C
� � rn
rn �
W
C�} Z
��
i �
r r"
�
G]
Z
C7
2
n
�
�
"^ �
o p o
�a w cc
V-_4�_- �
�
i
�
��
� �
� i �
� i�
� ��
� ��
� ��
m
� G
4` � �
n � c
� I �
� � G
� {
� � �
� I
U�
-, � --
��-�
���
� � ❑
� � �
� � �
G � y
� ' � �
� --.
i� � �
��
_ , �,
ry � �
� G
� I �
_ i
� �o
rn i �'
u�G
__ n _
I T
[ � �
�—
� ��
� ��
s -
� I C
n � 7�
� n'
,L 1 �
--_• �
O
�
I
�
�
�o
�
0
L"
C
� J� � ❑ � �
v m m� r A
� C C y ftl fl
o m rn � � m
C � Q� D C]
�oom�m�
� � "
� � �:
� ' ' " . �
�
�
.p �
[]ry []ens�ty �pcf) �� 1�oid Ratia �e)
F-' �' F' r
SCF' Q C.�r C UN'y
o O p a o 0 0 o q q p p c� q o
� v .� rn m o� i,� 'v+ A
V ti Lb A 6 vt W b Q�i W O V A N
n �
�o
��
w ai
�• �
��
_ =.
�a
r� �
�
G]
�
n
t"f
a
�
n
rr`a
a
�
�
�
�
M
fa
a
�
/
rn
� �
d �
x �'
� i
.
t •
� r
�
�
� � �
n >°` •
�
_. �,
� f' '
O rf
� �� r
w '
i
/
' ___� 45 �
� � �^ �--�
f
� � � /�`
� r� •
•
� fr`�,� �lJ
r
i � : �•
� .
i �' �
I �
/,:`� �
I � �,G� �r, l I
I �'' �' �; f ` r �
u i � �,;' �+' � �
� � � / `` �� I
� C � I ❑ O C'� �n1 r 3 r C
� I r�'. F If ��. a b C v a+�o v
N � � ,.`. 1 `n. :9 � ep
7 .� 4n o� o p, �
� I �J '� I� � n °+ o � 3 �
� �� J%� � � � 5� d � � C C
� � �+ ti.
� I� {��.. ri w ni N Z � n ro a o�i � � � r�}o
i 'ti f r' -
i � ;� a a � N s Q
i i. n� G� x�'�
i i� �r' � �, n � � � -- �v
'= o o �
� f, �� 'n0 C� a� a� v ,_„ p � c
� � ! S� T.� G � I r�L C - � =J
N G � = C �
I 1 �� �. N" ra �� �' � � � 3 :+ �
� ` � � C x !�e 61 n � fa � � O � �r
1 / N �
I ° � � � C ~ 7 w �
� ' �� N� b.G '� a� x n O - rn
/ y � � °1 � � r�p C 4
__-� ��� � Ir �� V s V' �° frto � on D
.�7 �ii �1
[n =
ti
W
❑ ❑ O p N
p A A A
m m m m
� ��
� �
N IV
4 � : :.
�V IV •
i �
I ►�� � � � a �' � � re 7 �
rp N N � +]
I rp' Q � a p� x � y
I 7 �+ C � � `�' � O
7 ` !D � � � I p� = p`
� � � n � � � - � �
� � � � G � � � 7
� •
/ ' -, 3 �, � o o � o
�� s C �. � d Q N
. � I �
� � .�-. � � a �
� p � u � �l � n
■ 'Y o �' � � a
�- ! �
� _ .�N' � - w l
A �
► ~ � fl �
� �" '2 r�
J �
/ �5
O
� �
o �
w �
c
�
ro
O
�
�
�
rr
�
a
�
C
fl
Q
.�
QS
r-F
r �
f"]
�
�
I
❑
�,
l�
00
n
❑
�
C1
�
�,
Q
�
�
m
3
�
rfl
O
�
�
�
�
.�1
0]
3
4q
�
0
�
C
�
�
�
LA1
f_3
w
"�
r
�
•C
�
�
N
�
i
�
1.�1
W
W
N
�
�
OS
�
�
�
�
�
CS
�
�
�
Q1
�
�R
�
w
m
p
fQ
�
�
�
x
RQN�
8.3.3 General Site Fills for Site Grading and Orainag�
General fill for }andscaping, grading, and drainage may consist af on-site sail. General �Ii should
be compacted in 12-in�h loose lifts using approved cnmpaction equipment. Visual �ompaction
�ontrols far wet�af-optimum �ornpaction may �e used. Topsail in landscape areas �oes nat
require compaction beyond that a�hieved incidenta�ly during spr�eading and grading.
$.3.4 Compaction Specificati�n �umrna�Cy
The following summary tak�le is provided for quick reference purposes. The table does not fully
encampass ❑r replace the oampaction specification� prov�ded for each fill ir� the sectivns abpwe,
Ta61e 7: Carn�action Specificatian Surnmary
Property
Material
Gvmpactor Et�uivalen#
Minimum Faot L�ngth [inches
Maximum �ift Thickness
(inches)
Minimum Numher of Passes
Maxirnum Air Yoids {°I��
Minimum Dry Density �pc#�
Minimum Moisture Conten# �°Ja
Min Llnconfined Strength [psfj
�uilding Pad and
Parrement
5u bg rade
Clayey 5and
CAT 563
fi
�7
$
5.7
1flfl.0
13.0
4,�00
Utility Tr�nch
�ackfil�
Clayey 5and
Hand opera#ed
NA
6
8
5.7
96.�
15.Q
N►°�
G�neral
Grading
Glayey 5and
NA
fVA
'I 2
fVA
NA
NA
NA
NA
8.4 Qua�ity Contral and Field V�riftcation Testing
�efare fill �anstruction; the fill rnaterial properties should be �erified. �uring consfruction, soil
index properkies should be obtained periodi�ally and upon changes in rnaterial, c�1or, texture, or
excavation procedures. Field compaction curves should be abtained upon unexpected �hanges
in soil properties, compa�tor, ar lift thickness, and at minimum frequencies recammended by
F?one based upan the property ranges of each material source and �ariatians expected. 5ail
sampling during canstruction should be planned and �oordinated to fit the required production
rates, and generally at least two days in advance of the cornpaction af c�rresponding fill lifts.
Rone should monitor compact�on �ontrol and conduct verification testing during all soil
construction. Verifi�atian testing ❑f cornpacted lifts should be canducted at apprapriate
frequencies to ensure that campa�tion cantrols are effe�tive and design r�quir�ments are
opased wa sh Ran� se - - "''' ' - '- ' ' ` _ _
RC3h1�
,�.. .,,,
achieved in construction. The engineer should monitor the number of CompaCtor passes, lift
thickn�ss, air �ontent, maisture and density far each fill. ❑uring �II CDnstructiDn, relatively
undisturk�ed samples of the compacted fill rnaterial shauld be cflllected periodically and tested to
confirm tF�e desired Strength and stability propertie� for which the specific �ampaction contrals
were designed.
It is re�ommended that Rane assist in deUelap a work plan for effecti�e process controls designed
for engineering requirements, the canstruction plan, production needs, and direct data uerification
records.
IVuclear density gauges are recammended for field testing of campaeted lifts. Rone will provide
the specific gra�ity �Gs) values required far each fill, based an compactor performance and the
soil variation expected during construction. The Geatechnical Engineer n�ust aisa be able ta
manitarthe specific gravity setting remdtely in real-time based �n the gauge readings in the field.
8.� Canstructian Oversigh�
❑esign requirements and re�ornmendations presented in t�is repQrt are based ❑n critical control�
during theearthvuorks and snil canstruction pro�ess. The monitoring required to�erifythe controls
are Corre�tly implemented is essential t❑ proper fill constructian. The requirements of this rep�rt
are based an limited geotechnical, geologic and hydra-ge�l�gic inf�rmatian about t�e subsurFaCe
�onditions. Subgrade conditians ha�e i�een interp�l�ted and estimated between borings and
subsurface testing lacatiflns. Anomalies are ofken encauntered during construction. The potential
f�r subsurface variatifln frvm the canditians used for design could result in design changes andlar
increasetl geatechnical risk during andlar following canstruction.
We recommend t�at Rone be retained to provide the eontrnls needed far proper soil construction,
monitar earthwork operations; abserWe foundatian canstruction, evaluate materials, and conduck
periodic testing during the soil constructian phase of the project. This enables the geate�hnical
engi�reer to verify des+gn conditions, manage ground risk, �erify campliant constn.uction, adjust
design requirem�nts when unanticipated �onditions are encauntered, assist tha builder; and
represent owner interests.
posed Walsh Ranch Phase PR3E E �
RQN E J
�
9 BUIL�lNG F�UN�ATIDN STRUGTLlRE
9.1 Slaq Foundatian
The proposed residential structures may be supported on ground supported foundations
cansisting of a conventionally reinforced beam and slab system or a post-tensianed �lab
foundatian system, provided the estimated floor movements �an be t�lerated. The foundations
should be designed with exterior and interior grade beams adequate t�o provide sufficient rigidity
to the foundation system to tolerate the potential vertical movement of the foundation subgrade.
The following recomrnendations are �nd are based upon the grading plans prepared by
Huitt-Zallars. Rane should be contacted ta review these recommendations if grading plans are
modified.
A net allowahle sail bearing }�ressure of �,5D0 psf may be used for design of all grade be�ms
bearing in tested and approved �ontroIled fill or suitable native sail. Grade beams should bear at
least 18 inches below final grades.
The bottam of the beam tren�hes should be free �f any loose or saft rnaterial prior tQ the
placernent af the Goncrete. All grade beams and floor slabs should be adequately reinforced far
eccentric laading that could ❑ccur fram patential differential subgrade rnovement.
Design criteria for the faundation slab have been estimated according to the Post Tensioning
Institute (PTI} based on the methods described in their mast recent manual for designing slab-on-
grade faundatian systems. An effecti�e PI of 25 may t�e used far design of a�anventionally
reinfarced cancrete slab foundation. Reeommended PTI foundation design �riteria for a
Thornthwaite Moisture Index (�MI} ofzervaretalbulated below: PTI Foundatian ❑esign Criteria.
Table 8: PTI Design Cri#eria
Parameter Condition 1.5-in�h PVM
Genter Lift 5.$
Edge Moisture Variatian �istance, em{feetj
Edge Lift 4.9
Center Lift 1.2
Differentlal 5011 Mavernent, yrn [Inchesj
e Lift
1.5
oposed Waish Ranc[� phase PA3E
RQNE
,�. ,.�,��.
The PTI rnethod incorporates numerous design assumpfions assoeiated with deri�ation af the
variables needed to estimate th�e foundation design criteria. The PTI methad o# estirnating
differential sail r-navement is appliGable when site maisture conditions are controllsd oniy by the
climat� on well-graded building pads �i,e. proper site drainage, properly line�d lands�aped areas,
r�o utility water leaks or other free water saurcesJ. As soil moisture increases, the sails may sweli.
The PTI design method is intended to prouide stiffened faundation systems that can pertorrn well
under typical natural Ghanges in soil moisture. The differential foundation mo�ements resulting
#rom seasonal soil rnoi�ture variations are typically much lower than mo�ements that occur due
to free water sources near or beneath �he structure, which are no# directly addressed by the PTI
design method.
1� RETAINING WALLS
The grading plans indicate retaining walls up to 12 feet in height will be eonstructed on the south
side a# the propased phase of residential developrnent. The following design parameters may be
used to aid wall design. Additionally, if swimming pools are planned, the pool walls will be
subjected to lateral earth pressures frflm earth backfill as wefl and the �rovided information
regarding these pressures �an be applied for �oof walls_
10.1 Shallaw Foundations for Retaining Walls
The retaining wa11s rnay be supported an shalla�+u, cantinuau� fodtings bearing within the
re�ornpacted building pad. The minimurn recornmended widths #or shallow faundations are 2�4
inches. A global stahility analysis should be campleted to asse�s the required faating depth as a
percentage of wall height. Shallow foundations may be designed using �arameters pro�ided in
the table helow.
Table 9: 5hallaw Fvundation Recammendations
Parame#er Compacted Tan Lirr�estone
Suh rade hedrock
Net ►4llnwahie Bearing Gapac�ty �psfj' 2,5�0 5;000
Depth ai Footing {f#j
2 I 2
I{ �af�e (P��� 100 2DD
Laterai Resistance: Cvefficient ot Friction hetween concrete p.35 0.45
and sut� rade
La#erai Resistance: Passive pressure (psilfty 250 400
1_ Galculated based on pretleterrnined compactpd properties and with an applied factor of safety of 3.
Proposed Walsh Ranch phase PA3E � T' ' '- - P A G E � 24
�� ��
'�U.� Shallaw Faundation C�nstructian
The geotechnical engineer or his repre5entative shauld monitar shallow foundation canstructian
to �onfirm conditions are as anticipated. Foundation excavations sh4uld be dry and free Qf loose
material. We recomrnend that the final fi in�hes of the footing laottom be excavated with a smooth
mouthed bu�ket. Foundation exca�ations should have the reinforcing steel and concrete placed
I]efore the end of the workday, or soaner, to reduCe deteriaration of the bearing sur-face.
ProlQnged exp�sure or inundation of the i�earing surface will negatiaely impact strength and
compressibility chara�teristics, If delays occur, the exca�ation should 6e deepened as neGessary
and cle�ned ta pravide a fresh bearing surface. If pralonged exposure of the 6earing surface is
anticipated, a"rnud-slab° shauld be used to protect the bearing surta�e.
'Ia.3 Lateral Earth Pressures
Retaining walls will be subjec#ed #4lateral pressur�sfromthe soil backfll. Lateral earth pressures
are influenced by the structural design, conditions of the wall restraint, methods of construction,
baekfill cornpaction, the type of materials being retained, and drainage conditions. 1Nalls that will
be restrained from mavement and r�tatian (rigid walls} should �e designed using at-rest earth
pressures, The equi�alent fluid pressures (triartgular distrii�utian} prfluided belnw may be used
for � horizontal backfill in a drained candition. T� design for a drained conditian, the wall rnust
in�lude an effective drainage system, The equivalent fluid pressures prouided E�elow da not
include a Factor of Safety and do not pro�ide for dynami� pressures on the wall.
Free-draining backfill soils should be placed in maximum lifts Df 1 fDot and lightlyconsolidated by
use of a small vibrating plate ar sled, light hand-operated compactors, or other apprapriate
rnethads to adequately compaGt the backfill. Heavy compactars and grading equipment should
not be allowed to operate within 15 feet of the cr�st of the wall to avoid developing excessive
additional temporary or long-term lateral soil pressures,
_ .�
��`Propvsed Wals Rar►eh Phase A3 � �� ` - -
RQN��_. ,,��, .
Later�l Earth Pressure ❑iagram
S= Surchar e For ective prassure movemeni
9 �' '�(DAD2 H ko 0.��4 H)
� 1 Fa� �t��t ���56��
- Na Movarnant Aasumed
N orizont8l
Finished
Grade
�I
;
H
� � Hari�nntal
I Finished firade
�p�—�--p+�l R�taining Wal!
Tahle 10: Lateral Earth PressUres
� Equivalerrt Ftuid pressure, pcf
Material Can�fition
� Short-term � L�ng-temt
At-Rest, k= 0.55 70 70
Select Granular Fili
Active, k= 0.36 45 45
Select Clay Fill
At-Rest, k= 1 12� � 12D
Acti�e, k= 0.44 � 100 � ��
Conditions applicable to the table abave inc�ude:
• A maximum in-situ tota� unit tiveight af 125 pcf
• PrQperly carnpacted horizontal backfll
• No surcharge loads
The values pro�ided in the table abQve are for a fu11 "wedge" af rnaterial behind the wall, where
t�e ba�kfili extends horizontally 1 to 2 feet away from the bottom of the wvall and then slopes
tapward and away from the wall at a slope of 1 H: �V �horizontal to �erki�al}, or flatter. The location
and magnitude of live or permanent surcharge loads shauld be determined, and additional
pressure� generated by these laads should be considered during design. We recommend a
surcharge load af at leas# 250 psf be considered far traffic loads.
� oposed Walsh Ran�h Phase PA3E P A G E � 2fi
Ra�,�
10,4 Wal! Backfill
5elect granular fill should meet the 4BS" requirernents af Iterr� 4�3 in TxaOT Standard
5pecifications. 5elect clay fill should be �lassified as C� or SC in accordance with USCS
classificatir�ns and ha�e a PI less than �p. The materials should be placed in maximum loose lifts
af 1� inches and cornpacted ta a minimum af 93 percent Df the carrected maximum dry density
as determined by standard Practar test �ASTM D59$} and as depicted in Figures fi and 7. The
moisture range is presented in the afarementianed eontrol charks �Figures fi and 7�.
Hea�y campactors and grading equipment shvuld not be allowed to aperate within 5 feet of the
crest of the wall t� a�oid developing excessive additional temporary or lang-term lateral sail
pressures. Instead, hand-aperated campactars, ar other appropriate rnethods should be used ta
adequately cQmpact the backfill. The maximum loase lifts shauld be reduced aeeordingly ta
achieWe the compactian requirerr�ents, ❑rainage shauld be provide� be�ind the w�lls to r�duce
the development of hydrostatic pressure and limit saturation of the backfill and f�undation sails.
Collector pipes shauld �e placed at ar slightly below the bottorn level of the wall to prevent the
eallection of water in the drainage material heneath the callectar pipes. Pipes should connect to
� sump or gra�ity drainage system to pre�ent the accumulati�n af water behind the walls.
The drainage material should conform ta No.S? coarse aggregate as specified in AASHTD M43.
The drainage layer should extend at least 12 inchesfrom the back face of the wall. A geQsynthetic
wrap sk�ould enclose the granular ba�kfill ta reduce the infiltratiar� af fine�.
11 PAVEM�NTS
This report includ�s recomrnendations for rigid pa�vernents. While some minor differential
mavement should be anticipated, if the provisions of this report are strictly �dhered to iin
canstruction, the pavement subgrades can be expe�ted to be relati�ely stable. To the exkent the
provisians of this repork are nat adhered to in car�structian, increased risk af ground mavernent
sh�uld be expected. ❑esign of the praposed pavement sections should factor the pertarmance
of the subgrade eonstruction proaided for in this repor#.
R�N�,. . „
11.1 Rigid Pa��rnents
For this project, traffic loading and frequency conditions were estirnated for various conditions as
no specifie traffic inforrnatian was pro�ided. The failowing infvrrnativn was used in our analysis:
.
.
,
.
design life of 2 years
k-Ualue of 150 pci for madified clay subgrade, and 20D far lime treated sails
reliability of 90 percent
initial ser�iceability, po, of 4.5 and a terminal serviceahiliky, pk, of 2.Q fDr concrete pavements
concrete modulus pf rupture of 62Q psi
load transfer coefficient of �.7
drainage coefficien# of 1.�
The pavement thi�kness determinations were perFarmed in general accordan�e with the "1993
AASHTO Guide for the �esign af Pavement Structures" guidelines. The rnir�irnum pavernent
sectians are presented in the table �elow. These pavement sections are hased on estimated
traffic valurnes. A mare precise design cart be made with detailed traffic loadrng information
d�uring the final geotechnical study.
Table 11: Minimurn Residential Street Ravement Sections and Allowahle Traffic
Partland Cement Design ESA� far
Traffic Use ConCrete FiexurallCornpressi�� Strength {psi]
[inches) 54df3,B0� 58D14,aaD fi2�l4,�ad
Residential5treets fi 564,��0 7�6,DDU 905,i300
The following pa�vement design has t�een performed generaE in accordance with City of Fort Warth
pavement design standards.
Table "� 2: Pavement Design Input Parameters
Item � Yslue
Roadway D�sign�tiGn
Design life
Concrete Madulus of Rupture, 5'�
Number of Traffic Lanes in Dne ❑irecti�n
Annr�aR Traffic Grow�th Rate
fotal Equivalent Single Axle Loads {ESALs}
5ubgrade 5oil Classification {L15C5j
Treatment Type
Gollector
25 years
62a psi
�
1. � °lo
�,00a,aoo
Fat Clay (CH}
Lime
, pvsed Walsh Raneh Phase PA3E ' q G E� Zg
RDt�I�
Item
M�dulus of Su�grade Reactinn, k�CHj
5� psilin
Camposite k�IEme-trea�ted, 8 inches] � 260 psilin
Re�iability, R � 90°��
5tandard Deviation, So
Cancrete Modulu� o'F E[asticity, Ea
�rainage Coefficient, Ca
[nitia[ Serviceahility, pa
Terrninal Servicea�ility, p�
0.39
4,qqQ,044 psi
1.�
4.5
2.25
Laad Transfer Coefficisnt � 3.0
The pavement thickness determination was perfarmed in general accardance with the City of Fart
Workh �epartment of TranSpartatian. Based on the analyses, we recommended the following
pa�ement section for 8t'' Street.
Table 13: Recomrnended CalleGtar Streets Pa�ernent Section
Material I Thickness �inchesj
Gontinuaus Rei�#orced Cancrete Pa�ement (CRCP} I 8
Lime Treated S�sbgrade
�
We recamrnend a minirn�am concrete compressi�e strength af 4,�00 psi be used to prQvide a 62D-
psi modulus af rupture. Hand-placed conCrete should have a maximum sl�amp af � inches. A
sand leveling caurse should not lae permi#ted beneath th� pa�ement. All steel reinforcemerlt,
dowel spacingldiameter, and pavement joints should conform to applicable City of Forf Warth
standards.
Saw cutting shauld be performed in specified iocatians to c�ntra} cra�king due ta shrinkage. Saw
cutting shauld begin as soan as the concrete has obtained enough strength to keep from ra�eling,
but beFore cracks can be initia#ed internaily, Saw cut depths generally range frorn '/4 to '/3 of the
pavement thickness h�t should be performed as directed by the civil engineer,
11.2 Pa�ement Base Caurse
We recomrnend 8 inches of lime tre�ted 5ubgrade beneath cancrete paaements. At this time, we
estimate approximately 8 percent hydrat�d lime by weigh# �36 paunds per square yard tar a 6
Value
r� r=�_ . � -�'_ �
� roposed Walsh Ranth Phase �PA3E ' ' - - �
RQ N��., .
inch thickness} will be required to adequately treat the pa�ement subgrade, though the actual
lime requirement should be determined based ❑n the in-place soil properties and Soluble sulfate
levels after the pavement subgrade has reached final grade. Lime treatment should be perFvrmed
in accordance ►nrith Item �60, current Standard 5pecifications for Construction ❑f Highways,
Streets, and $ridges, Texas ❑epartrnent af Transportation �Tx�QT} or other similar standards
approved by the Geote�hnical Engineer of Re�ord. Lime treated subgrade should ha�e a PI
between 7 and 15.
The treated subgrade should extend a rninimurn of 2 feet autside the �urb line. This will improve
the edge support of the pavement �nd reduce the effects associated with shrinkage during dry
periods. Sand or othergranularfill should not �e used as a leueling course ber�eath the pauernent,
as these rnore porous materials inerease water migration beneath the pav�ment, causing hea�e
and strength lass of the subgrade.
11.3 Pa�ement Constru�tian and Maintenan�e Recommendations
It is imporkan# that the recommended moisture Content and compa�tion be maintained until the
�oncrete is placed. Maintenance after constr�ctian shauld in�lude r�gular observation to identify
and seal �racks. A flexible joint rrraterial should be used to s�al Cracks as they degrade, which
can ❑ccur during the design life of pavements.
'12 SITE COI�IIPLETi�N AN� MAINT�NANCE
12."I Site Grading and ❑rain�ge
The geote�hni�al design fvr this pr�ject accounts for limited assessrnent of geo-hydrologi�
canditions antl intends t❑ pro�ide for efforts to maintain stable, moist subgrade conditions after
canstruction. 5ite grading and drainage plans shauld support this intentian where possible. Site
grading and drainage should be efFicient in pa�ed areas and less effi�ient in lawn and landscape
areas. Roof runoff should be colle�ted by gutters and downspouts, and discharge onto paved
areas draining away from the building.
12.2 Lands�aping and Irrigation
5ubgrade moisture le�►els should be maintained around the building perimeter �aefare and during
constrtl�tion. Irrigated landscap+ng and lawn areas are re�ommended with even distribution
around the structures. Irrigated ar�as will setve as supplernental rnoisture sources surrounding
�. ��- - ^ -
[bpvsed Walsh Ranch Phase PR3E � P A G E I gp
RDi�I�
the foundations and pavement �areas. Accordingly, regular and uniiarm irrigatian vtrauld be
required in these areas, particularly during dry and hot weather periods. Above-grade planters
may als❑ be cansidered around the perirneter of the building with regular irrigation to maintain
iight perimeter infiltration alang pavernent joints.
�3 sruflY c�asuRE
This study is in nature, and the c�mrnents and recamrnendations Contained '+n this repart should
nat be used as final geatechnical design criteria, StruGture-specific supplemental barings and a
final geotechnical report shauld be perforrned prior ta final design andlor canstruction.
The analyses, canclusians and recornmendatians cantained in this report are based an site
conditions as they exis#ed at the time of the field explaration and further an the assumption that
the exploratory borings are representative of the subsurface conditions throughout the si#e with
little variance �eyond that found by the borings. If different subsurface conditions frQrn those
encountered in aur borings are ❑hser►►ed or appearto be present in excavatians, Rane mu�t be
ad�ised pramptly so that these conditians can he evaluated and our recommandations can be
reassessed as rnay be necessary. If there is a substantial lapse of tirne between submissian of
this report and the start of the work at the site, if conditions ha�e changed due ei#her ta natural
causes arto construction ❑psrations at or adjacent to the site, or if structure ioca#ions, structural
loads a�finish grades are changed, Rone should be promptly iniarmed and retained if necessary
if the changed cvnditi�ns warrant reWiew and reassessment.
It is imporkant that Ftone be retained to assist in design revievus ar review thase portians of the
plans and specificatiQns that pertain to earthwnrk and foundation systems for this particular
praject ta ensure the plans and specifiGatians are cansistent with the controls and
recammendatians pravided in this repart. It is also ad�ised that Rone provide o�ersight and
monitorir�g 52NIC85 during construction ta ensure that the contrals required for design
requirements during earthwarks constructian are pro�ided correctly and implemented effectively.
This repork has been prepared for the exclusi�e use of the client and their designated agents far
spe�ific applicat+an to design and �onstruction of this project. We have exercised a dsgree of
care and skill exceeding that ❑rdinarily exercised under similar �anditians by reputable members
of our profession practicing in the same or sirnilar Iocality. The engineering services and solutions
_ oposed Wa1s anch Phase PA3E � � -` —
�r
RQN�._ ..,,, .
provided herein are cansid'ered advanCed, and while design and construction controls are
improved, no warranty, expressed ar implied, can be made or intended.
94 COPYRIGHT 2021 ROME ENGINEERING 5ERVICES, LTd.
This repork provides engineering serviGes, and is in its entirety the sole proper[y of the� client, Rone
�ngineering Services, Ltd., and its affiliates. L]se of this repork is subaect to all applicable
cdpyrights. This report m2�y be used in practice or referenCed by any praject party as necessary,
salely for the party s rale an the project far which this report is prepared. �eyond that use, no part
af this r-ep�rt may be copied, dawnlaaded, transrnitted, or otherwise reproduced ar stored, in ar�y
forrn ❑r means, except as permitted in writing by RQne Engineering Services, Ltd. �ach
repraduction of any part of this repart must include all copyright notices, registered trademark ��}
designations, and non-registered trademark [T"'} designations.
' t' - - � - - � ., .. ..
aposed Walsh Ranch Phase PA3E '` p p�� � 3p
APPENDI� A
r� y,
: i�:. ..
.�i.
�I
SGAL€: NTS
'a-" wio
.,� �
t� ' � �
�r
� .
y W� ..
,
i 1
• n�a vn �,s�ncr�o� �ar .
_ I
'� - 1- .
�� � - - - .
' w � �
I • �� � �
n
x
i
� � ' ' 1
Y
—'""'_"— . VI��
r
l�
�
�
�
4
9
i
7
v Ova ��(�
� %"'�� Or�re
#
�
�
a,
0
p
�
��
O �..
O
� •" �isl . . �i7' i�•: !, . � �l �i
i
,ti
1'lestFrqpyypy f yq�� ` .�--- � � r . __ - -- —� - - - .. —.
�1�� ' � � A�' - ... � 1'9� .ti1VC� � pP$jiilR�C�Yr6y
_ _ " _" " — — - ►Ya5
. _..._ .._ _ � c � � - —r,���iuR�:
V L'r � .11i'.�
.�.n tl ' . .
.. . » - �'k� "-'•_'`. r . y I � - � -. � � � : �., a h � r-�- .
- '� � s. � a n � _ �2. :
Q v'� ■t � ws.6
� �
;� .�'.� u�r.a �"�!i
` � � �
--- � � :ra� tif' � #; � �' � a;. •
- _, --� s,; � � a br, � �+ 4 .
.��� � � , �, e�= x ; � �'y"��
_ . �� s�� ,�'_.
�� f •��_ l ��'�.a• a w �� F 1�+�.
. i r� \ a °s n �„ � � e � {'MY':.
��. .�- r �� Q e . `,� �
� � ^� � � µi .
` � II
-;yy �.. 3 14 �,�.. � a II�'.
';:• rt � �
�. � 1 , — `-`� � .
•.n3t. � �,..�.�.�.... .
�
R�NE
� N u I h E E R I V G
PLATE A.1
VIGINITY MAP
WALSH RANGH PHASE PA3E
SEG NJALSM RRNGH PARKWAY, NIALSH AVENLJE
FORT WOR7H, TEXAS
PRQJECT N�
FILE NAME:
REVISED BY:
REVISED 8Y:
APPROVE� BY
21-25332
2125332.�WG
CM DATE: 8-2-�021
�ATE:
DATE:
R5 DATE: 8-2-2021
�
J
SCAI.E= NTS
- - - -- � •��+ ~ - I- - -- • — - � 81571 � � � � B15712 . B15713 : �" B15714 �- 815715
� � J B157d8J _B157�9 B15711. --
B15705 � B15706 = B157U7 � � - ��p , � .� �f i��` � � 4 � l..l ; , �"�
B15701 - � B15702 � B15703 - B15704 � , - - srs�:•:i��� -� +�. I i� 4�' 1�4 'i����� �i f _�'�� r�I ���I• `� �13�� � � �� �'. ��' ~i�-� 5
--SFP - _ - - �' I.. a-- ' I I � �'�� �i. -i'� � - 1 �— -- " I �.___..""�-�'__� _—_ . . . �, ' ��
Er i :. � � ..I � F�'-.1_ H- 1 {JY �� 's�:Fer� - �--.=
�� I � _r - � f _ � ` .I, �B15729
�'_��j �I'. �3- �� -4�'�1 0� I� f� .-�'� ti-" .� �--.auFr�� � -�-�rl! �' ''B1572fi B15727�B15728' �
-��� • �, � p�� � I� �i� � ,r�l;�"��L_. � B15722 � 815723 B15724 �� B15725 � iiI � '
- + �, �� f� �_ �, �'� � ��,' • �4 � I� �..,�� - �; I 1
� ',1� �� '-,---� `• I� � �r' ,� B15719 � B15720 B15721 � - y y� �J� i I ���� I � �
' � � B15716 ! B15717 � - B15718 �'-,_ ;„ }� � �� ��i � ' � ' �" y o
,�.-, ,� �-' .� �' °�`�:;�i- � _ �°;L '] �� ��;J ��, -t7 ,',!��./
y � `�:I ilLll y� I� ���i��� ,v.� � _ .I ` :i :-"�,S i�: � �j" ) � -- Il _- � `�1 �4 �'I` ll�llJ i I I�� �� I � c I i = � I�ll �m� I ' S
� ?c_.`= =�i-��77r�.`�� Jr 8-e".'Fi , � � ;.r�l '4: f1�'=��.��.��� � L �B15740.�B15741 � -B15742
� . -• _=���` • �,,<.t?�4 = ��yLG�i�I � i`���I __�'" ' B15735 --B15736 � B15737 �-B15738 ��Fi B15739 --:i
� B 15733 �" B 15 734 -` -" S'---
�
r IB15730 B15731 � B15732 � _ - ,�- �. -` � � - , _ �- ' . - _-- _ � _ - `=~ - ��� , . .B . 1 �
�� � + �� - . ,= ;;a._ ! , 3� ��i�_��(l � �-i.i-�. .- r.
,. , . �� -��... ,�--l�� --1�1,.�_ ;,� ' ,�-+ � ,� �,�r��-�(�` � �T�' �t��`,4-�� ti� _ g-s��[�,��,,, �, � 1.�� �r �� - �
` t-- � ,�li + �E3-���I I :r I � ,��.��� i�'' * '' `_ ..
: f3..;�� 6�.i'�-�'-1�� ±';:2 �- , .i� k� ; � � l y- .��._..;-�. f� � ��,.
�` ` ; �1-���f�i��� _'� �,; �I.`. ' �� B15749 B15750 B15751 -�. B15752 � � .
� y � B15745 VI�. B15746 B157A7 • B15748 _ � I
� _ t;�r � B15744 � Y �-�.� 8-�13`�
���` F- �• B15743 � i� �"i M 1 E-� +' B-�16 B-45
� ��' � � �+ � , � "' --- .�I�"'',r _ _ � _ � �
f` �. �.. �
P � �] � i7�I �� �I.:�_<�c:1"'— _'.ti � � � 7
f �- i� 4'.4`0-, � - t� I
� � - �f_� B15753 `� B��� � �
1 �, f � �
n � � �
s � � r�::�I
p Q-J� f
�.f �
� � �� `�
�� V
R��IE
�`! C, I N E E R N;
PLATE .A 3
BORING LpCATIdN �IAGRAM
�.'�ALSH RAyCH P•iASE PA3E
SEG'u1'ALSH RRNC:H PIIRKV:r;1Y. 'dVALSFi A'JCRJE
FC�Fti V},'L'f2TH rEw•rs
PfiO,IEGT NO
FILF N11MF
❑f�11ti1�1N BY�
f�EVI�EQ BY:
f3EVI�EL] E3Y:
APPIZOVEQ E3Y
?1-25332
212�332 DWG
CU QAT�. 8 7 ?[]?1
a,4 i E- _
aAT [-
RS QATE. R-7-?(]J1
Lo5 � I� f� I �roject N0.
g-1 2'1-25332 VValsh Ran�h Phase PA3E ,
Borirg Lo:.ation SEC Wa1sh Ranch Parkway, Walsh Ave�ue ��� C
Street A Fort Worth, Texas G
LatitUde Water Level Observatlons (feetj �ate E N G I N E E R t N G
32.73fi85� N While arilling Not �6served 7•6-21
Longi[ude At Baring Completian fVot Observed � �
97.5fiQ18� W End of �ay Nat Measured = °' �+
— - 4 Y t n
m w Y N y� c 6'r i c
a � c � a.- o w �,o
� o� c r° c� �� z° a� .� � � � y
� � � ° Stratum ❑escription � � ~ e rn �� Q-' � � �_ � �
~pQj 7' a � Gl y p y'8 •y7 W V� - 7 p a'
� � � °7 i9 � a 6f m W m � $ �' � O
N W A�proximate SUI#ace Eievation =$48.� feet �r O n1 d[r' a+fi LL•PL-PI � m O i� U
LEAN CLAY [CL� - dark hrown to tan, witn ealeareaus
nodules g,5p 1 S
' - tan, with ferrous stains �
5�!-^..0
WEATHERED LIME570NE - tan
5
0
3
1
v
�
`o
ro
�
'W
E
m
�
�
E
❑
LIMESTdNE- gray
Boring Terminated at Approximatel�
Praposed Ele�ation = 853.0 Feet
Approximate Grading = 5.0 Feet Fill
Y
�v
s
�
�
�
�
m
n
0
C
a
P
n
�
❑
.7�
C
o AAalerial h�unde�fesare aoproximaia� in silu,
� Driller: Tyler- T.D.
L Drilling Method: Cantinuaus FlightAugers
Feet
4.5� d4-17-27 43 -0.2 1 �0 I
5Q11" 9 ;
�or�°
501'/'
5 ��'/a ��
50�"/a ��
�J��y� ��
s
B
6
Pfate A.4
- -B1�7U2 _
�� P'4fCGI RD.
B-� 2"I-25332 �Na�sh Ranch Phase PA3E
aQ��ng �o�t�o� — 5EC Walsh Ranch Parkway, Walsh Aaenu� ��� C
Street B Fort Worth, Tex�s G
La'itupe Wate� �evel O�servations (feetj �a;e E N G i N E E R I N G
32-7��g�° iV Whiie I]rilling Not O6served 7-T�-2'�
Longit�de At Borinq Completian Nat bbsefved �
o y
97•`�`��� ��nd oFDay Not Measured .. a �
Q � _
O Qi � L
a � � `m ,� N m,�„ � .Q' ' c
� o� c � a a � � ° a'_ ° °' n�
� . Y�, U 2 Y,� V � m OA
�� q� � 5tratum Descriptivn J z � o=�� Q J � o.L ��
a
°1 u� EI � `wa ° �a "w °' , � pa
� y w �a b md Rm o 3 �' ca
Approximate 5urface Elevation= 851.Ofeet � O rn a� a rq L�•PL-PI � y ❑ � ts
� SAN�Y LEAN CLAY [CL] - dark brow�i to light tan —
_ and light gray, tiUith organics 4�+ s
- iight tan to light gray, chalky, with calcareou5
nodules and ferrnus stains
�
�
5 —i
1Q�
4
m
`o
i
�
E
x
x
S
Q
_�
I���831 0
�I�
s
m
�
�
C
�
m
a
g
�
�
0
�n
�
ci
C
�
�.' ❑riller: Nick-T,�.
= ❑rillfng Method: C❑
FAT CLAY {CHj - b�o�ky
WEATFEEREf] L131AESTONE - ,an
Boring Tern�i�i�ted at Ap�roximate�y 2� Feei
Proposed Ele�ation = 851.0 Feet
Approximate Grading = 0.0 Feet Fill
A:nl.�cal hr,iuirlr�nnc tim �F�rrn.
nt nuous Flight Augers
ha
i
4.5+ BD 37-17-2� 13 �
4.5+ 8
4.5+ 99 53-15-38 19 0.1 535
5D15"
�
501'/,�,
501'l."
SDi 1'
�or���
6
5
Plate A.5
B1�7D3
Lag Project No.
g-3 ��-����� Wa1sh Ran�h Phase PA3E ,-
eoryn� �o�at;on -- �EC Walsh Ranch Parkway, Walsh A�enue ��� c
B}ock 51, Lat 6 Fort Wo�th, Texa5 C■
Lati,utle Vhlater Level qhser�atiems {#eet) oate E N � i n� E�� i M �
32.73693° N While �rilling �lvt Observed i•6-Z1
_ongitude At BOrinq Completion Nat Obser�ed
97.�'�S2°' W End of ��y Not Measured � a �
d L
[v � y = fll C
a $ c a '" N D �'+ p �d � 8
� � F = 7 •r4-, U � �' i 67 � � � C V�1
w � � ° Stratum Descript+on � z 8 °' - � ° ._ �,
�
n a m `o +`r� �� 4 � � � �a
d a } d d a� �'w a .� d °u E
� � � °f �a a �d �.� o ; �' co
N W A �oxAmate SUI'face Ele�ation = B51 Q feet �� m a� a rn LL-PL-Pi �` tn @ � Ll
5�
pp
�LEAN CLAY {CL) - d�rk 6roti+�n to tan, wikh caicarevUs
nodules 4 5+
�
4.�+ d8-2i-27 8
-tan„ with ferrous stains
WEATIiERED LlMEST�ME - tan
4.5+
5013'/z'
5012'/,"
5fl1'I"
5 0!'/ ��
�
� ,�_
�
�
�
� -
�
�
0
� -
b]
U
r
`o
U
a -
C
�
ti 2�
m
Y
0
a
m
m
m
a
ei
w
�
�
�
�. al
� LIfNEST�1+lE - gray
5fl1'/"
sa����
�
0
c
�
�
6
L
N
�0����
����� ii
�� ❑riller 7yler- T.b. p��te �b`
�i ❑riUing 141ethod� Cvr�tinuaus FlightAugers
in
Borin� 7ermina�ed at ApprQxim�t�ly 20 Feet
Propased Elevation = d4b.0 �ee#
Approximate Grading - 3.0 Feet Cut
B1�7U4
Log P�oject Vo.
B-4 � 2�-25332 Walsh Ranch Phase PA3E
e����9 �o����n - 5EC Vlfalsh Ran�h Parkway, Walsh Avenue ��� E
Bloek 51, ��r �3 Fort wortn, Texas ,
Lati:ude Waler Levei dbservdtions {#eetj ��tE I E N G I N E E R I N Cy
32.73fi98° N Whiie �rilling Not aGscn+cd T-B-2'I '
Langitude At Baring Carzpletion Nat Observe�
97-$�783p � End o� Oay NQt Measured ' � w
N
G7 q � � � a
a �"' y `y � N m y C � L
� � ~ _ �° U °f� z �E � � dy
Q a Q m S#ratum aescriptivn � 2 ~ o� a+� ¢� � a � ;� �
p cn E � n� m ° �� •N w � — � 0 4
ro �� � �,c y,', ' 3 �' "o
"' W Rppro�arnate Surfaoe E le vaHon = 849.0 feet � O y a a a in LL-PL-PI � ffy a � y
•' LEAN CLAY �CL} - dark hrown to tan. with organics
i
—F 4.5+
- tan, with calcareous nodulcs
4.5+
� - with ierrous stains and chalk �cpasits E 4.08 45-15-36 -0.2 105
If[�
3fi.
- ;an
NE - gray
I 15�i�1 I I � 5a r" �
�
Boring Tcrrninated at Approximately 20 Feet
Proposcd Elevation =$44,0 Fect
Appraximate Grading = 5.0 Feet Cut
8
�
0
C
�
�
O
t
�
�' I
� __ I _�'�!•:•I'��31 Lnundanr.;: arr, ,7 roximalF: �n s�lu, [r.rir.ilm�ss utiip I.t
U ❑riller: Tyler- T D
� ❑rilling Methad: Continuous FlightAugers
561'/."
5D1���
Plate A.7
B1 �7D5 -,
Lo� I Project No.
B-5 � 2'I-�533Z Walsh Ranch Phase PA3E .
Bor�r�g ��<<� SIEC lll�alsh Ranch Parkway, Walsh Arienue ��� C
Street A Fol't WDrth, Texas G
LatltLdc WaterLevel Observations [feet} ❑a[c E M1i G] f� E E H I N G
32.�3703° N whi�e flrilling Not �b5erved _ 7-6-7'1
Lonpitu�c At6oringCompletian I�[otOhserv'ed ,� �
97.55T03� W En� of �ay Nflt Measured � a �
Q Y L
O � al t
y N y �n c
� �� do a a7� Q a� U � m�n
a� c �:, V E � d y
a � � �° Stratum ❑escription � z ~ � °� �� � J � � " w �
d G C Q y C L Q
� T � d �s da 'N y m � 7
a N E a ron a a=id m� �0 3 �' Eo
'� �='� Approximate Surfa�e Ele�ation = 846.0 feet � a en d� a vf LL-PC.-PI � N O � L?
� fAT CI.AY (CH] - dark brown to tan, unth organics l
�.3+ 5a-20-30 I
844. �
LEAN CLAY (CLj - fan: with cal�areous nodules and
chaik deposits d ${
5
a
W€ATHEREo LI ME5TONE - tan
5fl1Y.��
5(31'J,��
�
� 1
a
�
50f%"
50!'/ "
5Q!'/a"
26. � 50? /�
Boring Terminated at Approximateiy 20 Feet
Proposed Eleuation = 844.0 Feet
Approxirriate GrBding = 2.0 Feet Cut
priller. Tyler- T.�.
� prilling Methotl: Continuaus
� LIME5TONE - gray
in sllu. Ir nsil r.rs mayGe gYsdual
4.5- I I 37-17-20
Plate A.8
—B1�7D6 _
�os �o�ec� r�o,
B_� ��_2��3� Walsh Ranch Phase PA3E
Horing Lo�a���, 5EC Walsh Ran�h Parkway, Walsh Avenue ����
Street D Fort Worth, Texas
Latilutle WateC LCVBI QbBervations (fe�ty ��e E N G I N E E R I N G
_ 32.73707° N While drilling Not Dhserved T•fi-21
�ongi:ude At Bormg Campletion Not Observed � ,�
97.55fi29° W End of Day Not Measured � a �
�
q � � a
� O QI � L
a � oo y N q`� ,,�, � .c+ c
� w
� ° H C a•9 a � w ° � E C� � m'v�
�. � a � 5tratum Descriptivn � z � a � �o ¢ J � � � _ �
O N� y q�m � ma Hm N _ � I�a
� d
� � Approximate Surface Elevation = 845.D feet � a N a� a in LL-PL•PI � y o` � i i
LEAN CLAY [CL] - dark hrflwn to tan, wi[h organics -
I 4.5+ I �
:�
0
r
�
��
�
V
C
r
U
�
0
r�
�
C
aa
TJ
C
47 2
�
�
ro
�
�
�
�
s
�
�
�
�
r
- hra�.�n #o tan, with cal�areaus nodules
i.D:
WEATFtERE�] LIMEST03JE - kan
31 4
LINI�SIafVE - gray
Baring 7errninated at A��roxirna;ely 2U Feet
Praposed Elevation = 836 0 Feet
Approximate Grading = 9.0 Feef Gut
501'Ji'
501'/"
5013/ � �
501'/."
�orrz �
�orv...
.]Il�l1��
54!'/a"
4.5+ I I 40-2�-2�
p �, r.�.i3�nai rirnmtl�nre srn.�� rn:�im.ry�n; in z�t�. Irm�s�liuns mn En r�dual. � I I 1 �
� �riiler Tyler-T.D.
� orilling Method: CorRinuous Flight Augers Plate A.9
L� � I �7v� p.geCi 1Va.
B-7 2'I-25332
Ba� �g Lorz��on
Black 53, Lot 47
Latitude yy;
32.�3712° N While Orilling
Lorgitude At Baring Campl
97.55549� W Erd of IJay
a �
� 0 � c
Wa��h Ranch Phase PA3E ��
5EC Walsh Ranch Parkway,lNalsh A►►enue R�� E
Fvrt Worth, Texas
ave� Observatio�s �feet} �ate E N G I fv E� A I N G
Not Dbserved 7-6-21
Not otrsenred �
a �
Not �MeasUred L R �
a � n �° Straturn Description
G � � d
b
y W Approximate 5urfa�e Eleuation = 844.d fee+.
LEAhi CLAY (CL] - dark hrown ta tan, with organi�s
� - brown ko tar: with �al�eriaus depOsits
i
BAU.0
WEATH�REU LlME5TOI+iE - tar
5
o � L a
N � N m � � � =
� a Y o �._ a d � o
a,O V m 2 �� Ca � m+n
J i�9 H ��7 a1 e � � i a ~ � �
� =I �°" a r _ � r a
m`m ° m'n` N} � m � c°s�
ma a m v � a .`0 3 �' e o
�S O rq a a I d N LL•PL-PI � cn Q � c�
5r�i.��
5D1'1,'
50�����
5�JY,"
�
�0
LIPA�ST�h�E • gray
50,`%i'
50i'/"
� 1
m
�
�
�
u
�
D
N
�
�
L
C
�
�
C
� .
dl !
�
E
.�
N
�
m
a
�
d
v
�N
C
g
�
s
E
�
�
L
� s�a.a
SGrirg Terminateci ak Rpproxima:e�y 29 �eek
Propased Elevatfor - 840_� Feet
Approxlmate Grading = 4-4 Feet Cut
$ _� � Pdutcd:�l I�aunc�zrles are:�;irnXgr���� _in s�ilu, 1r�in5:[n�ns mi�y er_
�, ❑nller: TyVer- T.D
� _ ❑rilling Method: Contiruous FE�ght Augers
5or
47-21-2�6
Plate A.1 �
—B1�7D8 _
�05 arajScl No.
6-$ 21-�533� Walsh Ranch Phase PA3E
go�:nG Location — SEC V1lalsh Ranch Parkway, Walsh Ayenue
81ack *�3, Lot 39 Fvrt Worth, T�X�S
La�i�ude Water Level Observations {feetj �g
32.7371 d' N While brilling Not Dbserved 7-7-Zi
La Git,,de At Boring Gvmpletion Nat Obsery d
50i 1'/�" I
5Qi'/,�� 1 Q
97.55�4i2' W �
End of Day Nat Measured � a y
o � w; a
y d m � S
4 � C �� N y� c � C
� U� C �,O V 67� Z �-� V m m�in
� � ; w 5tratum Descri tion � @ � � � �. � J � � � � �
� N � � � 9�i � � 6�7 � L o ¢ � � C
❑ y W � ' N j yp � Q a
iva a dd �� a 3 2' co
Approxirrate 5urface Elevation = 842.0 feet � p u� a� a y LL-PL-PI � u� p ��y
LEAN CLAY �CLj - dark Farourt� to tan, wi[h organics —
andw��[hered limestone fragments 4,�+ '�
$4D. D
__ WEA7HERE0 LIMESTONE - tan, sandy cEay seams
—. ., from 2' to 4' S0l5" fi5 43-1B-25 14
5
�
�
6
�
u�
a
0
a
�
C
�' 2
t
a
.�
s
t
�
m
ti
.N
C
g
m
a
0
c
ti
�
0
L
5Qi'/e�
5Qi'/.�.
sai �z �
ao��: �
I
R�NE
I E N G I N E E R I N G
�
s
LlMEST�NE - gray
Baring Terrn iza[ed at Approxiinately 20 Fset
Propased Elevation = 839 0 Feet
Approximate Grading = 3,p Feet Cut
5a1'/�"
5Qi'/ ��
5
D �1S:31P�i:[Ihn�iltid��RP.S:I����i=rtfki �Sy;�FIiLl.11'i1115111�l1F.111:1 b0
� Driller; Tyler- T.D.
� Dri4ling Method: Continuous Fliqht Auqers
Plate A.11
-B1�7D9
�qg Project No.
B_g 2•�.2���2 Vlfa}sh Ranch Phase PA3E
�o�ng Loca�inn SEC Walsh Ranch Parkway, Walsh A�nue ����
Block 52, Lot 89 Fvrt Worth, Tex�s
L�.:itudc Water LeVel ObSefVd0lo11s (feet} �ate E N G i N E E R� M G
32.7372d° N While �rilling Not�bsen,+ed 7-7-�1
Langituae At Boring Carn�leiion Not �G5BNed .� '�,
g7•553�'�° � End of Day_ Not Measured o � �' a
o a� �i L
� � N � N C � E
a � C a "4'I N G• � a.+ 0 � � O
�. O � � � ❑ � G7 ... � � U � 01 �A
Ya � o � �a F- E°' � a �' � ` r ;` w
E Stratum Descriptian J� re=_� a ��° _= a
� N � � � v�i � C 1�7 rA } y �I la.1 E
a � w �a a w m m� 0 3 �' c❑
i App�oximate Surface Eleuation = 841 .0 fee[ � d Uf �� a Uf LL-PL-PI � ul ❑ � U
— � FAT CLAY {CHj - brown to light brown, with
weathered limestone fragr�ents and occasianal sand 4.5+ 77 52-20-32 1d
searis
4.5+
5�
10-- -•
837 [}� —
I SANDY LEAN CLAY �CL} • lig�[ brown, wlih
calcerious deposts
o-i:i5 �
WEATHEREQ LIMES7�NE - lan, clay seams frorn fi'
ta 8'
12
4.5+ 63 43-15-28 13 1.0 121
5D?'Ja '
501%"
50? %i '
50?'J.��
� 1c�_
�
�
r -
U
.�
❑
6] -
7�1
9:
t
�
�
� -
C
�
� zo—
E
�
�
�
a
�
m
a
N
Co
C]
G1
�
❑
C
�
7
g
N
C31
O
d
N QrillE
� ❑��ii�
9 �1'
� a�
Boring Ternlir�a.ed at Hp�raximately 20 Feel
Proposed Ele�ation = 83�1_E7 Feet
Approxlriate Grading = 7.0 Feet Cuk
:r: Tyler-T.b.
�g Method' Cc
Ilri.l[�3�.1� t9uI1d:3�1C:i 3f�
ntinuvus F1igh[ Au
[imnle; q� >-fii..lnn��i]n�n3 ne;�y
�ari �
7
6
5
Pla#e A.'! 2
— B1571D _
��S 'rq�ct Ro. - -
Br-1 � 21-25332 Wa�sh Ranch Phase PA3E �
3o�'ng�o;�t�� — — SEC Walsh Ranch Parkway, Vllalsh Avenue �� ��
Block 52, �,o�s� Fort wortn, Texas
�atit�de Water Level �6servatians {feetj bate E N G I N�� R I N�
32.�3722° N While [7riliing Not p6scrved 7-7-2'1
� Langi[ude At Bnnng Completion �fl� p��ery�
97.5531 �° W End of C1aY Not Measured � a
r y
6 p� d> �' a
n � H �� N �� C 67
C
� o� `m e a � o �•- o �m v.°
�� 0 7� � °' z �� �' 3 dH
a � a � S#ratum Descrip#ion J� ~ p� ale �J � � �`
p N � a�i d� ° v� ' ui °? 4 r��n = j p a
r� w �� d m m a.� �� � 2� � o
App�oximate 5urface Elevation = 835.0 feeY � O rn b� a as LL-PL-Pd � rn o � �
FAT CLAY {CH} - daek brawn, with wcati�ercd
_ limesYone fragments and calcareaus deposi^s 45+ �
5
831.0
REd EIMES7DNE -;an, with clay seam5
5�?���
4,5� 97 43-15-25 S 5
I
I 5
�
o —
a - -
� i � .__
�
v
[
� •-
0
e�
v+
u
� T
o -
� �
� �
a
�
a
�
N
�
a
C
u
m
a
0
c
n
�
L
n
819. Q . ..
LEMESTONE- gway
�S.i]
Boring Termii�aEed at Approxinia�efy 20 Feet
Propos�d Eleva{ioh = 829.0 Fee{
Approximate Grading = F,p FeeY Cut
`v0?%i'
sori��
50�'/."
501'/"
5a?Y4 �
50r%<"
fi
& 1 -l-'--
5
p MR[qpnF hnidld.lfiA=:��F �p m�nr�3i4: II Gdtl. Lnnf.IlmnL m0 6C [aC�uol, 1 I � I I_ �
� Oriller: Tyler- T.D. ��
�❑riiling Method: ContinuoUs FlightAugers Plate A.13
Log � 1•�� 1� _ projed No.
B..1 � 2�1_25�32 Vllalsh Ranch Phas� PA3E
Boring �ocation SEC Walsh Ranch Parkway, Walsh A�enue ��� C
Black 52, Lot 8�1 Fort Wvrth, Texas G
Lati�ude Water Level Dbservations (feetj °�te E hl G I N E E R 1 N G
32.73723" N While Drilling Not Observed 7-7-21
Lnngi:ude At Baring Completion Not abserved �
97.��23$° W End of Day �1ot Measured = a `w
::
— a $-- = a �� o aa.y. o d �
,� Q� � �.o U w� Z �E v � m'�
a� a'� Stratum ❑es�ri ption �� � e��� a J s� _= Q
a'' a m °" ° � � 'y ' �+ °' � E
h� m i�� a �m m� �0 3 �' �o
N W Approximate Surface Ele�atioh = 825.4 feet �r � N d d' d N LL-PL-PI � en ❑ = U
LEAN CLAY [CL) - dark brown. with weathered
_ � limestonefragmentsandorganics � q,�+ g3 $1-27-54 21
5 —!
10-
4 1
m
�
�
L
[]
�
❑
d'
Q
d
a
�
� �
u
�
E
P
�
a
.�
S
�
�
�
C❑
[]
�'
�
❑
C
U
O
L
w
�
0
o,
c
c
�
�
1.�
WEATHERE❑ LIME5idNE-tan, with clayseams
fram 4' to 10'
11.4,
LIMESTONE - gray
Bpring Terrninated at Approximately 2�
Propased Elevation = 825.0 Feet
+`�PP��ximate Grading = 0.0 Feet Fill
Driller; 7yler- 1.b.
Orilling Method: C�
Ma[eria' 6vunr,laries aroaooro�imafe: insilu, :r�nsihnns
xatinuous Fllght Augers �
5�r2Y"
b0.+���
50J1"
5 0,`1 y ��
50i'/���
50i'/��
4.5+
13
13
--- I 7
8
4
Plate A.'�4
—B15712 -- - _.
�og Project No,
B_�z 2�.��3�� VIlalsh Ranch P#�ase �A3E ,
Bo���9 �a�t�o� 5EC Vlla�sh Ranch Parkway, Walsh A►r�nue �� � E
Block 52, Lat 77 FOI't Wo#"th, TBx�s
�atitude r Watar Level Obsenrations {fee}j ���a�e E N G I N E E R I M G
32_73i34° N�While Drilling Not ahserved � 7-7-21
Lang�t�de � At 6oring Completion hlot 4bserved � ,�
9�.55159° W Fnd of �ay Not Tvteasured .�'. a
o � �� Ot � L
a � � y,� `"� 61 � � � C
$�~ Q i° v �� z v� U � m'w
� T 4 -� 5tratum Description J � � 6 = �� a �' ; a = �� �
� N y � � N � C lc ,N y y � L1 G
�� a ym ��+ o
Approximate Surfa�e Elevation = S"i9.0 feet �� r� d oG a rA LL•PL-PI � y a ��y
LEAN CLAY (CL} - dark brown ta I'gh[ tan, with
organi�a and weathered limestane fragments
- reddish L-ra�Nn, with calCareoua depoaits
�. 5+ 20
-0.5+
15
I 10—�
- liglht tan, with chalk
LIMESTONE-tan, with clayseams
! 15—
�
99 ti
E3aring Termina[ed aE Approxirnataly 20 Feet
Proposed Ele�a'�on = 821.0 Feet
Approximate Grading = 2.0 Feet Fill
ei
�
L
��i
��I
Mslerfel 6oundari re a �px rca;e''n sil _transi6
� oril�er: Tyler-�.D.
� E �rilling Method: Gontinuous Flight Augers
5413"
5U13"
24-24-28
I N=50
12
4.5+ Sfi 47-1 fi-31 � 19
3.25, 18
14
5
10
Piate A.15
�� B 1�713 p.�eC� r,�o.
B_ � 3 �� _�,33� Walsh Ranch PhasE PA3E -
Bn-irg Lncatinn SEC Walsh Ranch Parkway, Walsh Ayenue r
Black 52, �.ot 71 Fort Warth, Texas ��� E
6ate ENGIMEERiMG
�atitude Water Leval Oioservations �feet� i
32.73�38° N While arilling Not Ohserved ?-7-21
Long'ude At 6aring Completian Not �bserved o �
97•��`�77� W End of day Not Measured � a �
— - — o vi v; r
6i v1 N y y c � C
a � m p a a.3 Q a'_' o v a O
� � H o � ;_ ` � Z o� .E � � _ °A
a � � �� Stratum Description i � o � � _� 4J w �° ._ � �
T • 01 — � p
� y� W �� a a�ia� mm �0 3 �' co
Approximate Surfaoe Eleaation = 815.� feet �r O tn ��" � tq LL-PL-PI � el� O � U
FAT CLAY [CH] - dark brown ta reddish brown, with i
❑rganics and �alcareaus nodules 4,$+ 17
i
�
- 4.5+ 98 6�r22�3 22
1� 811.�
LERN CLAY jCLj � reddish brown, with weathered
5—
limestone fragments 4 � .�$
3.50 86 42-'f 7-25 19 -0.7 99
i
2.D0 � 18
1 �I
r
a
�
u
L
O
�
E
�
u
�
E
0
w
F
�
W
�
u]
N
�
�
3
C
�
�
a
�N
Cp
{]
�
�
L
�
O
L
N
i 5—I
i
2❑ •' �
UYEATHEREd LIMESTUNE - tan, severly weathered,
with clay seams and layers
CLAYEY GRAVEL [GCj - weathered lirnestone gravel
with light hrown clay
Boring Terrninated at Approximately 2Q Feet
Propased Elevation = 82�.0 Feet
Apprvximate Grading = 5.4 Feet Fill
� I I � JMe�e-a� eo�ndaries are ao r�oxh�ate; n s ��, tra2sit c.:s �rwy
y ❑riller: Tyler- 1,p,
� brilling Method: Continuaus Flight AUgers
5fll4'/x"
501fi" _ �
4.D0
I 5
15
L I I
Piate A.1 G
— B15714 _
Lpg Projer.t No. — I
B-'14 21-2533� Walsh Rar�ch Phase PA3E
ga��,�� �o�t;o� -- - SEC Vllalsh Ranch Parkway, Walsh Avenue ��� �
Biflck �z, �ot s3 Fort Worth, Texas �
La�itude Watar Level Observativns {feetj ��e E N G I N E E R I N G
32.73743° N WhllO Qrllling Not Obserr�ed 1-7-21
�onpilude At Baring Completivn Nat Ohser�ed
r' �`
�7.55002° W En� of Qay Not Measured a �
e Q
o O� t; L
t10 �- CV � Ul C ,a1 =
� �, � —y C � :: N o � *' O � v . e
� ~ 0 c�t � y �•• 2 67 � U c r�n
a� a ro Stratum Description �� � o C�e � J ; a �� ��
us �' s � o +' •— e� — � a
u� E m a d n 'y 3 � � � o
� ,;, W ro� a d m c.� 0 3 � c o
Approxima[e 5urface Elevation � 81 �.� fee[ �:O rn a oe a rn LL-PL•PI Te m ❑ � U
LEAN GLAY [CL) - dark browh ta I gh[ tan, with ,
organ ies �.5+ � �
- reddish brown, layered, with �nreatheretl limestone
fragments, ealeareaus deposits, and sand seams
4.5+ I 78 I 35-15-2� I 13
5 —I
1
.�
15—
Q4 Q
cLAY� 5►�HD (SC] - lightbrown to light tan: with
calcareous deposits
- light tan, �Nith pure sah� and chalk depos�ts
97.
EA�HERE❑ LIMESTdNE - tan, s
fissile, with clay seams
- ferrous stains
22-3016„
8aring Terrninated at Approximataly 2C� F�et
Proposed Ele�a#ion = 818.0 Feet
Appraximate Grading = 8.� Feet Fill
� [erial cni�rtla; es
�' Driller Tyler-T.D
�
� prilli��g �1+lethad Con[inuous Ffigh[
weathered,
4.5+
12
d.5+ � 45 I 32-13-19 I 10
1.25
13
8
fi
Plate A.17
—B15715 -
Lpe� Prpjeca No.
B_15 2�_2533Z Walsh Ran�h Phase PA3E ,
Bpring Lflca:ifln 5EC Walsh Ranch Parkway, Walsh Ayenue �� � C
e�ock 5�, ��t s� Fort Worth, Texas � G
Latitude Water Lev�l Qbservations (feetj pgte E�7 G I fV E E R i N �
3�.73741° !V While Drilling Not Ohserved 7-�-��
�ongitu�e At Boring Cnrnpletion Not Observed � ��
° a
9i.54922° W�� af day Not Measured � _ `w
_ p � s n
N N � y � � C
G .�' C a :l y O �+� � y 9. Q
� o� c �° t7 �" z `m,E V 2� my
a E a�° Stratum Description �� o ° c �= d J � �` '_ � a,
� � m n� � 'y � m � � �
a"� � W �� d wd b� �o ; �' �a
� Appraxirnatc Surface El�vat+on = 865.a feet �� tn d� a vs LL-PL-PI � uJ G 'C�
SAN❑Y LEAN CI.AY �CL) - dark brown to redd�sh
- 6rown and Iight gray, with organi�s 5
• - rcddish hrown to light gray, with calcareous nadules
and avcathered lirncstonc fragments - -
�' �
5
1
� 1
�
�
�
�
�
o;
�
a
� �
d
�
�
2
�
�
W
a
�
a�
�
�
c4i
m
�
g
�
3
L
w
�
VII�ATFi�REI] LIMESTOi�E - tan, severly wea�nerad, 1
fiss'Ic, with �lay seams I
- gray
7A5.Q
�aring Terminated at Aprroximately 24 �eet
Proposed Elevation = 805.0 Feet
App�roximate Grading = 0,0 Feet Fill
9-S•8
N=�s
50,'4"
5d!2Y,"
5D.�3�"
5di 12"
5Q�1 ��
5�i Y="
4.5+ 62 43-14-29 11
11
6
10
0
�
�r�- hl�tnri.�l r•nin�f.vir:: �re�omxlrtrlir:. rt� -�i�i,i. li:u'�ti[I{�.i)s ns�+}_I'n_qr.icfirnl
� Driller, T}�cr-T.d. Plat� 1"'1.� O
� Drilling Methad Continuous F�igh[ Augers
— B 15729
�or, I Pro�eIX �yo
E3-'I s � 21-25332 Walsh Ranch Phase PA3E
aoring loca[ion 5EC V1lalsh Ran�h Parkway, Walsh Avenue �
B�a�k ��, �at � Fart wo�n, T�x�s R� {V E
La�itude Water Le�el Observa#ions (feet) date E N G I N E E R I N G
��.�3s$'� ° N While drilling Not Observed 7-$-2�
Lmgit�de At 8oring ComplEtiqn NAt Qbser+led
9�•�99�� � End of Day Not Measured �,'., a m
m � o� d c �
n � °0 m ,� N ¢� � C �' _
� o � � � o a �� o �•- a '�, � q
a a Q'� Stratum Description �� o o= � a a� � o � � a
� y �
� � � `�� �R �'°�' �y 3 �' �v
�' w Approxir�ate Surface Elevatio�n = 8�7.0 feet � o y a a a v, LL-PL-PI g „� � � V
FAT C�AY {CH] - dark �rawn to reddish tan, witli
organics
4.5+ 17
4.5+ 7�23-A7 19
-gray, v�ith weathered limestane fragments - j
�/ —
ti 12-1$-�0 �
% N=58
� u' -weathered limestoRe layer: hard rock ,
- reddish tan to light gray
�f��
THER�d
i
m
�
'�
�:
�
� �
- tan !��d�i� c�:,y seams
� 2� 787 0
8oring Term:nated a! F�pprQximately 20 FeeL
Proposed �le�ation = 815.f] Feet
� Approximate Grading = 8.0 Feet Fill
�
w
@
a
N
�
�
a
�
Q1
�
N
8
�
0
C
L
�
r
w
�
c
�
IVninr_71 I7ntr1,�'..l�u:: ;�rr. io�rpxi»iai.-: �it
� �riller Tyler- T.D.
� oril!ing Methad: ContinuausFlightAugers
. m,: ,:c ���.��v;�.
14-21-24
N =45�
5 0.+2"
501'1"
541't;'
50i /"
13
14
m
Plate A,'�9
- — B 15728 - -
�pg Project Nn.
B-1 � 21-25332 Walsh l�anch Phase PA3E -
Boring Lncatlar� SEC Walsh Ranch Parkway, Walsh A�nue ����
Block 55, Lot io Fort Worth, Texa5
�atit�de Water Le�el Obserw�tions {feet] �te L N G 1 N E E R i ry �
3�.73681 ° N While drilling Not Observed 7•&21
Lnngi�,:de At Baring Completion Not ObSeNed � �
97•r'..►4994� 11H End of �ay M1Jot Measured a � a R
a p; r
d y Y N �Y C .� C
� 7Ry $ � `e a 41 ..�. � � � V � Ei V1
� ~ � d 1�9 F � II! BI o �- J � '= a7
a� a�� Stratum Description � z o e=�� Q = o == a
�, _ � o
a � y W a� a W d m� 6 3 �' c O
Approximate Surface Elewation = 813.d feet �r d tly a� a rn �L•PL-PF � tA G � L]
FAT CLAY �CHj - dar�C brown to gray and reddlsh tan,
with organics and �al�areous nodules 4.5- 21
4.5+ 94 62-20-42 19
- reddish brawn, with weathered lirnestone fragrnents � I
5_ � and ferraus stains ¢,5+ 14
325 91 65-15-50 18
3.25 15 --�
1 Q—
- light tan
LEAN CLAY (CLJ - li�yht tan to gray an
, brown, with sand
c .�
�
�:
r
U
m
O
v
�
0
�'
�
E 2
�
�
E
c
;e
�
�
�
�
L
�
- gray ta reddish tan, blacky, layered: with ferrous
s:ains
Boring 7erminated at Approximately 2q Feet
Proposed Ele+�ation = 81fi.0 Feet
Approxir-iate Grading = 3.0 Feek Fill
�, ❑riller. Ty�er- T.L�.
� ❑rilling Method Cantinuous
ale; in sil�•, iranti��ons may
3.0� iT 27-14-13 17 -9.21 114
4,5+
14
L I 1
Plate A.20
—B1572� -. - -
�og � Project No.
g_��, ��_2���2 Walsh Ranch Phase PA3E -
aQ�����o�as�on — SEG Walsh Ranch Parkway, Vllalsh Aaenue ��� �
Biock 5�, �at z2 �art Wor#h, Texas
La�itudP Water Level 06servations {feetj �at� E r� � i N E E R I N G
32.736�6° N{WhileOrilli�tig Alot �hserved 7-$-Z'�
�ongitude At Barlhg Gompletion Not Observed
97.55U75� ri�V End of �ay Nvt Measured ° �
a
� � aa
o a� �+ � a
a � _ � � � � v� c n+ _
� � ti a � � o v m:° i y� Ca � m'u,
� F a � 5tratum Descrrption � � ~ o � �� ¢ � � � .� � �
a
a � � � � y � y :� � w ; iA _ � � a
rn � � ............._._ �,.y__ ��_._. __ _ �..,��_ . � a m m R� 'o ; 2' c a
�
7
P
ti
N ,� ��
i FAT CLAY {CH] - dark hrawn to light tan, wilh
argani�s
- reddish 6rotivn, tivith weathered limestone `ragments
and ferrous stains
- with calcareo�s nodulas
- light tan, with sand
gg_ p
WEATHE�ED LIhR�STqNE - tan, wilh c�ay �ayers
98. (l,
i Bnrin� Terminated �t F�ppraxirnately 20 Feet
IPropased Ele�ation= 878.Q Feet
Approxim,ate Grading = 0.� Feet Fill
�� � � I F.1n!r•r•:�r hr.iinrl�irii+c �rr: zrpr.�:ima'a; ri sdu Ir.uts�t�ons ma1' ue
N �rlller� Tyler- T.�
� Drilling Methad: Gontinuous Fl�ght Augers
� O +n 4� a rn LL-PL-PI � �ry ,p � �y
i
4. 5+ 19
4.5+ 98 70-22-48 23
4.50 � �
4.25 89 50-15-35 19
4.5+ 13
$
SOii'/�" � 7
54r'1 %i"
I
P�ate A.�'I
B1�726 —
Lpg Pro;e� No.
6-19 �1-25332 Vllalsh Ranch Phase PA3E �r
8oringLo�a���, �- SEC Walsh Ranch Parkway, Walsh A�enue ��� C
glock 5d, Lot 25 Fa1't WD1'th, TeXaS G
�atitude Water Le►iel Dbservatior�s [feetj �te E n! G I N E E R l�7 G
32.736T3° N WVhile brilling Not �bsenred 7��-Z'�
Longi`ude At Horing Completion Not Ob5efVed � �
97.5575'I° � End of day Na# 1Vfeas�red o � a �
- — e a� �; L
� N � y� C � C
�: }a, � � O a � « � � � �.1 ?� dl Vi
o E, C �;; V E z
r E " ¢ 5traturn ❑escription � � � ° �' C�' �J � � 'c � a
d = � o
a �, a 1° °' ° °' �'y n w m u E
a N ,Ev W � a a m ai9i �.� 0 3 �' c o
� Appmximate 5urface Elevation = 822.0 feat � G tn a� a tn LL-PL-PI � Uf ❑ � L1
Fdi CLAY �Cliy - dark brown to tan, with org�nics
d.5� i 19 ,
4.251 97 I 69-32-3? I 23
5
16.�
SANDY LEAfU CLRY �CLj - reddish 6rawn, with
weathered IiR�estone fragments, cal�areous nodules,
and ferrous stains
14
fi3 39•17-22 15 �-0.4 � 10fi
9-10-13
fV=23
10-
�I
�:
�s
�
r
U
�
a
w
�
�
0
�
�
b
�
.�
�'
m
r
E
.�
�
�
�
�
m
`m
�
�,
3
�
�
�
�
0
�
w
m
❑
�
c
�.
.C3
N
F
'15-
� BD4.01 �ATHERE� LIMEST�NE- tan, with clay layers
1
❑rilVer 7yler-T.b.
Onlling Method� C
d.5+
Boring Terminated at Approxirnately 24 Feet
Proposed Elevation = 82�.� Feet
Approximate Grading = 2,0 Feel Cut
�
i� si�u- l•:�n.ti �in�s may 6e grad.i:a•
16
�
Plate A.22
B15725 -
Lag �roject No.
B-�Q 21-25332 Walsh Ranch Phase PA3�
eori�g Lo,:a[ifln — SEC Walsh Ranch Parkway, Walsh A�enue �� ��
giock �, �ot 3p Fort w❑rth, Texas
� Lati[ude 1Nater Le�el Obser�ations [f�ee#j Date E N G I N E E R I �v �
32.73f67° N while 7rillinq Nat ObservQ� 7-$-21 _
�❑ngituda At 6aring Corn�letion HQt O�served ,�
�7.�J�3'�° � �nd of 6ay Not Measured °.�. a y
d d +r a
�. � o �,
�7 = �� N �y C � _
r � � p � y`� v �~ � �� m � _ �
a E a, � 5tratum Description �� � o�= o Q Y e �� �
T �
� N � � �y F cm y} •y e� _ �a
'� � Rpproxirnate Surfa�e Eievation = 825.0 feet � p r�'n a� a in LL•PL-PI � �n o � U
LEAN CLAY [CLj - dark brotivn to orown and light -
gray, with organics and sar,d
- �rown 3.25 95
I 5 —�
���l�I
I 15�
- hrotivn to light gray, layered, tivith ch�lk deposits
a�.o�
WEATHEF2�0 LIMES7Q�IE - tat1, wi�h �lay layers
-. : �; ai}5.o
Boring 7errrunaled at Ap�roximatefy 20 Feet
Proposed Elevation = 824_0 Feet
Approximate Grading = 1.0 Foot Cut
C
�
�
Q
L
61
❑
m
G
�� ... idns�•r�al haund.�rins:vi�.�P�ip.
� ❑riYler. Tyler- T.D.
� �rilling Mcthod GonGnuous Flighl Augers
6a
I
4.5+ 73 39-21-�8 13 I
�
501d'�' I` I
FR1'/." S I
50.� 1'/��� 1
SOi'1 �� �
50: v���
SD10"
so+ � ^
50+Y,"
I
7
z
�
Plate A.�3
Log � 1 �724 ProJect No.
B-�1 � 2�f -25332 Vlfalsh Ranch Phas+� �PA3� �
gOFirg Lp�atian 5EC Walsh Ranch Parkway, Vllalsh A�enue �� ��
Black 54, Lat 34 Fort Wnrth, Texas
Lati[�de water �eve� Observations {feetj I�ate E N G I N E E R I N G
32.73fi65° EV While brilling Not Qbserved 7-8-2'I
Lorgi�ude At Bnring Con�p{et.ian Not OhBerved �
97.553U9� W End of day 1�fot Measured C � y
_ G « � R
H � N � m � C� L
n � �[ a m� p �!' O Es a O
� o � � �� � � x �•E d � Luyi
Q � � �° Stratum Descriptian J z ~ � °� �� � J L � � � �
� a .. _.L a = C L Q
°� rn E � m4' F eR uNi � �' � � ��
Q � W �� a da+ R� � 3 �' co
Approximate 5urface Ele�atiah = 831.� feeR 30 tn �� a rn LL-PL-P� �' us G � L7
GLA,YEY SANo �SC� - dark brown to light tan, with
❑rgani�s �
- lighttan, with ferrous stains, calcareous deposits,
,� � and weathered limestone fragments — --- -
� 4.5+ 37 33-99-14 8
', '', 20-18-19
,.� - grarrel layer, �arge cohbles possihle, Weathered �_37 6
� - Ifinestone in orgin ,
'. '.' 622 6 �
1
MERED LJMESTQIVE-tan
� 5fl1'lz '
5�1'l,"
6
c`
ol°1 1
n
�
�
.�
s
�
5
E
2
�
�
3
�'
m
�
�
3
�
0
_
�
�
r
�
hg
9�Y
11 OI
�Suiing Terniin�tcd at Approx����ately 20 Feet
�'rapased El��ation - 8�9.0 Feat
Approximate Grading = 2.0 �eet Cut
5ar�.'
5ar'I:'
541'/a"
5Q1'/"
�
5
o -� � � I If�ln�int twr}dane;.arer �pn�x,m�tP_�i7 sdu. 4r..ir�sAlunS tt�:�Y I���ra�u31. �
A flriller: Tyler- T,D, PIatB �.2�
� prilling Method: Continuous Flight A�igers
B 15723 _ _
I��5 'raject No.
B_�� ��_���3� Walsh Ranch Phase PA3E .
ao��n� �oLat��� - - 5EC Walsh Ranch Parkway, Vllalsh A�enue ��� �
Block 54, �at a Fvrt Vllarth, Texas
�atitutle � Water Le►iel Observations [feetj �at� E N G I N E E R I N G
32.7366D° N l+llhile Qrilling fVot 06served 7-14-2'1
Longitude At 8annq Cornpletian I�vt Observed ,�
97•��s��w Endofbay NatMeasured : a y
c Q
a � �+ '� N � H c �+ �
Y �� p �� v m'' i � E C? � �'m
� � :- Stratum Descriptian � W � o � �e � � � o = �
o�i N�i � � L� p Y• C C m 4 w �" C C a
� @ � ro � b W � � N .`� � C O
� � Approximate 5urface Elevation = 833.0 feet 3 O u� a� a'u� LL-PL-PI � rr, a � c3
CLAYEY GRAVEL (GG) - tan U�eathered Ilmcst�ne
_ framents �vith light tan clay
5�
� o�-
85
REf] LI
9"�Y
- tan
4
11-27-5�i3" 44 26-17-9 5
5a!'/.' I �
50I'.�<'
JQ�?'e �
fi
� � �.
ro
�
_
i
U
N
O
JI
�I
N
❑
�
��
� 20�
�
E
�
�
�
s
�
�
�
�
�3.{�
Barinq Termii�a'ed at kpproxitnateiy 26 Feet
Proposed Ele�ation = 8:3�i.p Feet
Approximate Grading = 1.0 Foot Fill
� I
0
�
�
�
0
�
�
�
�
— �lntnnal tiru�r:d.�r:r: arn i�Prnz.m�in: �n e
� ❑riller: f�fick-T.O.
F ❑rill�rzg Method: Continuous �iight Augers
bo
54r%4'
5p� Jd'
501'/,"
5aia��
5
6
Plate A.25
B1�722 -
Lay P�oje�t tJo.
B_�3 2�1_2$332 YVals4� Ranch Phase PA3E . -
5orng Lncalior, 5EC Walsh Ranch Parkway, Waish A►ren�ae �� � C
glock 53, �at 2o Fort Worth, TexaS G
Latitude Water Level Ol�ervations (feetj d$te � � � � � � � � � �' G
32.73fi55° N While DriEling Not Dbserved �-13-21
Lor,git,:de At 8arir.g Gampletion Not Ot]SeNed � �
� a
97.55466° iN End of Day IVot 1Viea5ured � _ . a
- -- - m r
� oq LY � y c �I =
n � c a �� o ,�a .•-' a m -a o
� o � _ � ° v �" z � E � $ = w
Y � � ° 5tratum Descriptivn � � ~ e = _ � Q J Y � '_ = a
� y � � .�.. u�i N �� N 7 y GS � r.�3 �
a y W �s a a�a� m� 0 3 �' �o
Approximate Surface Elevatian = 832.0 feet � D rn a� a tn LL-PL•PI � ul d � L]
a:� CLA1+�Y GRAVEL {GC� - tan we�thercd lin�est�rte
^" t� framents with lighttan �lay 3 N�44 � 24 29-10-11 4
HERED LIiIAESTDNE - tan, witl� clay layers
501%" � I I �
5di Ys,�
5
0
�o�.z;; l --- - — - �
5ar �.
L1ME570NE - gray 50.r'l"
180
501'l " $
��'��
m
�
� �
�
�
c 501'/." 5
� �'812 0 501'/." , —
� z� BorinS Terrninat�d at Approx:mately 2Q Feet
� Proposed Ele�ation = 335.p Feet �
� Approximate Grading = 3 d Feet Fill
�
�
�
�
a
�y I
8
�
g
�
�
L
N
� 1 � � I1.7�:nnzl tn{ind:ane; �m �J��mxim:i[�7;.ii�_;;i�, �ni��i�iui�!'.?�:a}'.h.�=r:i�]u�l I l._ � —
U # ry
y ❑riller: Nick- T.❑ PIaLB �.L�
F ❑rilling Method: Continuous F3ightAuqess
�ac, � I� f Z I Pro�� 1
B-�4 1 Z1-25332 � Walsh Ranch Pl�ase PA3E
go��,� �o;����, — 5EC Walsh Ranch Parkway, Walsh Avenue �� ��
Block 53, Lot 14 Fort Vllarth, Texas
Lati�uce Water La►rel Observatla,s [feet] oate E N G I N E E R I N G
32.�3651 ° N While drilling iJat Q6served 7-13-21
Lo�Situde At Bpring Compietian Nvt Ohserved ',�
97•���� � Ehd af �ay Nat Measured '.�.. a �
� � � a
n � an � n+ y H c ,a� C
$ � ~ � � � � m� � �� � � m'w
� p a#, U � y E U �
� � °� 5tratum Descri tion � � � a � �. � � e -� � �
p y � ' p w� ° m� w°! 4 y = � o a
� y � C �G N� `j �' C O
y W A p praxirnate Surfa�e El e v a t i o n = 8 3 6. d f e e t � p v� i a� a i n LL- P L- P I � n, p � �
_ ;.• �
�
, . 83�
5
�
���
�
�
�
�
m
�
�
�
s
E
P
w
�
�
�v
�
❑
�
N
N
�
C
s
�
�
�
�
�
2U
CLAYEY SAN� (SC� - dark hrown, with ofganies
'�4THERE� LlMES7aNE - tan, with cfay layers
and ierrous stain s
2a. o
� LIMESTDNE - gray
�
8oring 7erminated at A�proximately 2�1 Fest
Proposed Eleuation = f�:i8.0 �eet
Approximate Gra�ing = 2.� Fee! Fill
4.5- 5
13-10-13
N=23
3d-5�12��
�ar,:�
5R1' f:"
�
63 � 2�-15-12 � 1 p
501'/i '
5�!'Ja '
5or."
�
8
6
o � �_' A1�icr�nl hni�nd:zfin� an � rnK�nn�n; �R sq�. �ransarcns ma bn c r�dual. I I_ I ��
v' Dnller� Ni�k-T.d,
�.[}rillir7g Method: Continuous Ffight Augers Plate A.27
— B15719
�og Prcjec[ No.
B-�S 21-25332 Walsh Ran�F� Phase PA3E
8oring����t+on 5EC Walsh Ran�h Parkway, Vlfalsh A►►enue �� ��
AII�A Fort Wvrth, Texas
Lali:ude Vyfale► Level 4bservations feet} �ate E N G I hl €€ R I N 6
32_7364Z° N While Orillin Not Dbserved �-N�-21 �
Lo�git��de � At Borinq Completion Not Qbserved
97.55i0D° �11 En� of Day Not Measured " a �
� � a
o �, � t
�a � L Y,� N y,y, � c
�
� � � a� U °7 'N" z � E U � m�w
� E w x 5tratum Descri �ion ��° � o��e � � � � _'�
a,, a� p �� „,� � Q �� C L�
� �' E � °'u, r �� N� �' uE
� W Approxirnate 5urface EleWation = 842.p feet W � a °' °1 � °' 'o � �' L °
T CLAY (CH] - dark hro+rm, �r�ith organics
EATHEREp LIMESTQME - tan. with clay � ayers
and ferrQus s:ains
5�
���
� Q �n d a a u� LL-PL-PI $ uy n � U
97
50l5" 28 5
50!'�" I 5
501'l�'
50f'/a"
5D1'�a"
E
LIMESTpNE - gray
�
50f1,"
I E
6aring Terrnina[ed a[ Appraximately 20
Propased Elevation = 839.0 Feet
Approximate Grading = 3,0 Feet Cut
50!'l."
5o r"/,"
5
� I I I Ir: ,ieria. Gn�nCaries are wnroxi:na�a: in si�u, uans��lons he rae.,�.. I ! � �_ � � �, �
n deiller' Nick-T.❑.
F brilling Method: Continuous FlightAugers Plate A.29
B15718 �--
Log Prpjer.t Ro,
B,27 21-25332 Walsh Ranch Ph�se PA3E s�
Boring Lor.ation .SEC Walsh Ranch Parkway, Walsh Aaenue ����
B�ack 51, Lat 32 Fart Worth, Texas
Lati�ude Water L�vel Observations (feetj �te E hf G I N E E R i ru �
32.73fx36° N While Drilling Not Dbser�ed �-'13-2i I
Long'tude At Sarir�q Campletion Not 06served_ e �
97.55779° W End of Day Not Measured _ � � �' Q
o rn �; r
N N C � i
� Q' � mv d aw � a� � ���
O � = J Y U E � � J � W rn
Q E � R Stratum ❑escription � ~ � � � � � C `�
� G �O Q 7 � G G Q
y A � m d � 07 � �H 7 y m � c�i �
d � ar � 4° � S m a�i �� � 3 2' C O
H W Approximate SurFa�e Ele�ation = 843.0 feet �❑ v� �� a rn LL-PL-PI s en rs � U
!� FAT C�AY {Chi) - dark brown, with arganics
_ ? 4.5+ 22 ,
����
and ferrous stains
TOME - gray
4.5+ qf 86-2�r6i 27
2�-50f5" 9
501`'s'
sar .
�
`� 1
m
u
c
t
ct
w
a
w
rn
m
�
0
i
a
�
E ,
� �
�:
�
E
P
-tan, witf� clay layers
i
$73,p
L3aring Terminated at �1p�rox maYeky 2Q Fee!
P�oposed Elevaliuii - 0�5 0 Fcet
Approximate Grading = 2.Q Feet Cut
� 4
�
�
a
�
�
�
e
m
n
0
C
a
�
0
L
�
O1
0
rn
G
Mal�e�l buundur�ax nrn ti o
o -
� Driller Ni�k-T.d.
� �rilling Methad'. Continuaus Fligh: Augers
II
���,��
5a!'���
5ar� ��
—SQ����
I 6
__l5
5,DU0
3
Plate A.30
B15717
Log Projeet �o.
6_2$ ��.z�3�2 Vllaish Ranch Phase PA3E
eo�'n� Loa[ion 5E'C Walsh Ranch Parkway, Walsh Aaenue ��� C
glack 51, Lot 37 Fart Worth, Texas G
Lati[ude Water Level 06seryations (feetj bate F N G i N E E R i N r,
3�_i3fi3b° N While �rilling Not 06served T-6-2'1
La�gitude At 6aring Completion Nvt pbserved ,�
g����$�6� � End of Clay Not Measured � a �
m � m � �
a � "' m ,� "' `m � c � _
� ° � � �, 8 a �� ° � E � m � o
� T n ;� 5tratum Description � �� � a � = o ¢ J � _ � _ �
a
G1 7 �- o +��+ = � C
� � E °1 �� H �m w� '� � � c°�E
'� � Approxirnate 5urfa�e Elevation = 845.0 feet � d eai� a� a in LL-PL-PI � rn p � �j
LEAAf CLAY {CL) - d�rk 6rown ta tan, �nnth organics 1 i —
and Ferro�s stains , 4.50 I
- brown to tan, �ldith �alcerious deposits
15
a.50 I I 37-� s-� 8
sor� ��; �
so�1f°
Iti
I■1
ZQ^I
�
.@
�
�
�
•N
C
8
�
�
0
�
�
7
❑
L
01
❑
01
C
O
� ❑rille
N
ti Qrl��lf
-� _' 1
�
� ��� u:
Boring T�rm�nat�d at A�prqximateEy 2Q Feet
Praposed Elevation = 845.0 Feet
Approxirnate Grading = p,0 Feet Fil
, iJ.�lrri.il Y•.pU•+�',ir.r: _ar.:����ur.invilr.._.n �i i, 1Y•lic.Rleic� ir�i � I:e� C 4Filu•11
-... ...__ ..�.]—_..— —
r: 7yler- T.�.
ig hAethad: Contin�ous Flogh� Augers
5D1Y4"
501"f "
sor id �
r'JQ� �a �
Plate A.31
— B15730
Log Prcject No.
B_30 2�_753g2 Walsh Ranch Phase PA3E
go.;n� �_o�t;on SEC Walsh Ranch Parkway, WaEsh A�enue R�� E
Black 52, �ot 3 Fort Worih, Texas
�ati�ude Water Level Observaticns {feetj Qa�� E r� r, � ti;� H� r� �
3�.73584� N WY�ile Qrilling Not Dbserved 7-13•2'�
�
Longituce At Boring Campletion Nat Ohsen/ed
w
97-��86'� � w End of ❑ay Not Mea5ured = a �n
0. �
� o ''
� N E � 5tratum Description
� R �
� W Appraximate Surface Elevatian = 833.0 fe�k
- CLAYEY GRAVEL (GC} - tan wea[herEc lirnestone
_�,�: � 832 � framents with light tan clay
WEATHEREE] LIMESipNE - tan
�
- gray
�
r
$
m ,�
�
0
�
m
�
.�
�
u
�
�
0
a
�
`w
a
�
�
n
v
`a•
�
3
m
�
�
_
a
�
L
w
13.0
Boring Term'inated at Approximately 2Q Feet
Propased Elevation = $43.0 Feet
Appraximate Grading = 1D,0 Feet Fill
p � I IFAalerialt:w�xiariesare adproxirT9le; in 5i1�, h�ns+iOns may 60 �1&d�al
27 �riller: Nick-T,p,
� Drilling Methad: Continuaus Flight Augers _
N
�, o a
d y �
J R
� o
�� a
� � N
5016"
501'I "
50!'/"
501'/."
5OI7/.��
5�r'/e��
5�1'/<��
50fY:"
5�!'/,"
o a d � a
N � � = 61 I C
71 +y. � � I 1 ,� O7 N
� y�+, E �
0� �� T J L � � � L
c =_ � ¢ � ' t � a
� A N � y = u �
a a d in , LL-pL-PI i � o � �
I1$ 3
��
�
5
5
Plate ►4.33
— B15731 _ _
Log Project No.
B-31 21-25332 Walsh F�anch Phase PA3E
ao���9�o�t�or - - - 5EC Walsh Ranch Parkway, Walsh Avenue ��� �
B�ock 57, Lot s Fort Worth, Texas
_a�it�de Water Level Observations (feetj �a�e E r� � i n� E� R i �v G
32.7359D° N While ❑rilling Nof abserved � i-1¢21
Longit�de At 6orin Com letion Not O�served ,�
g7•5577d� w End af �ay Not Measured .°�.. a �
� a
o �, Y s
a � e :: N m'�''' O 'd a
$ ° � L }° � a� Z �E v � m'v,
�, � a� 5tratum Descriptian J z � � g� �� a � ;� �=�
� a -
� � � m �w H c� .u��o� °A m = ��
y u.t �� a �d w� �0 3 2' ea
App�oximate 5urface Elevatian = 835.0 feet � p en a� 4 rn LL-PL-PI i u� O � GS
ClAYEY GRAV�L (GC} - tan wcatFrerad limesivne
$3a.{7 framents evith light tan clay 2Q-5�14" 91 54-19-35 3
WEATHER�D LIME3F�NE - tan �
I
5 i
a�r
LIMESTDNE - gray
501 /,.
50.i'/,��
50� /i'
5or�°
50;'/"
5010"
m
`a
�
�
C
�
G1
N
�
�
�
�
�
�
�
❑
m
N,
�
rW
�
�
Q7
�
��
C
8
�
�
0
c
a
3
❑
t
N
35.�
Boring 7erminated at Approximataly 20 Feet
Praposed Elevatian = 840.0 Feet
Approximate Grading = 5.0 Feet Fill
J��1�dii
�atid'
7
6
5
7
0
I I I Malerlal Gau 8re ximel� in siW transitions me hQ rarlu?+1, I I I ��
� briller Nick- T.d.
� brilling Methad: Continuous Flight Augers Plate A.3�
_ B1573�
L� Project Na.
B_3Z �.�_z���� Walsh Ranch Phase PA3E
30�;�9 �6�a,;on 5EC Walsh Ranch Parkway, Walsh A�enue ����
Block 52, Lot 10 Fort Warth, Texas
Ldtitude Water Level Dbs�rvations �fee#] �a� E r� c� i N E E R I iJ G
32.735i9° N While Qrilling Nok Ubsenred 7-'14-21
�ongitude At 6aring Cample!ia�� I�lot Observed � � �
97.5569d° W � E� fd O pay Nat I41easured � o = n a
- i o rn � L
a� me a �� O a.}�-' o m � O
� '' ° E z � � � r m
� d
_ ' � ° Stratum Descripti�n � � ~ °� � � � � ° $ �'
+„ E f, � � C C� Q w `T L L d
y T a a � W � G7 � N� :n N � V�
� � m w +o �' � n=i a�i ryo .� c 3 �' � o
'n Approximate Surface Ele�ation = 831.0 feet � G V! a� a �n LL- P L- PI � tn G � U
FAT CLAY {CH) - dark brov�n to tan, Witn organtcs
and ferrous stains 1 d.50 1 23 �
r,4�
•� .
•.. 1 •
r� � �.�_ .`'.
� a-
5.0�
1 CLAY�Y GRAVEL (GCi - weathered hr-nestane
� fragments �vith lighl [an �lay, �vith caacerious deposits
ED LIMES��ME - tan
I825. Q
gray
m
�
C
�
�
m
�
�
P
�
�
�.
m
N
:t
�
.@
y�
N
`m
�
c
c�5
m
�
0
C
�
a
0
t
W
CI
❑
�7
C
�
�
1�� ;��I
�
y �.
�a—i � s, � o! —
Boring Terrninated ai Ap�roxima�e�y 20 �eet
Pr���5ae1 Ele�eliui� = ES3G.0 �eet
Approximate Grading = 1.0 Foot Gut
AA�inri.�l F��ntidnnr-= �rn.��nxerr�m, -n r.�i��, Irinsiikms �i�:�yr.r. g��Cl.ldl
driller Nick- T.❑
❑rilling Methad' ContinuoUs Flight Augers
d.5+ I 2'8 I 58-18-AD I 8
26-21-50r4"
11
5Di'/.�•
50r0"
50.+'/i' �
50!'/,"
5oii��
50i'/,"
E]
6
6
Plate A.35
— B15733
Loy Projec� Rp, i
B-33 21-25332 Walsh Ranch Phase PA3E
e���rg �o�at�o� " 5EC Walsh Ran�h Parkway, Walsh Avenue ����
5treet C Fort Worth, T�xas
La�itude Water Le�rel ahsen�ations (fecaty Date � N c i N e E a i N �
32.73584° N While Drilling Nat �bservad 7-1¢2'�
Longit�de At 6or3ng COtl�plelion Not Observed �
g7•`�' '�� �' � End of day Not Measured ° a +
" w
m � � � r a
a � m �� `J y+; � � t
� �O ~ t a'a V °'=° � �� U � wy
m a n� Stratum Des�riptian �� o a� �a° Q � � � � � m
p cn E � c�a m� 'y � y � � � oa
� 10� ~ � � "6i � 3 �' �c
`� � Rpproximate 5urfa�e Elevation = 834.Qfeet � Q ran a� a in I LL-pL-PI � rn o � V
FAT CLAY [CHj - dark bro�vn to redd�si� tan 8nd light
_ gray, with orgarics I
2.75 26 I
�•�`�I 93 I 7&'f3-fi5 j 25
5 —f
2$ 0� �
LEAN CLAY (CL] - r�d�ish tan to light g�ay, wiSh
ferrous stains ard sand
4.5+
2.50
25
14
4.50 70 � 40-13-27 17
�Q-
- 1
ro
v
m
r
E
2
�
d
m
m
m
�
@
a
�
�:
c
C
gm
4
D
C
�
�
C
L
WEAI�HERED LiMESTUNE - tan
i5.
��
- gray
�soring l ermina�ed at Apprpxima�ely 20 Feet
P�oposed Ele�atiar = $34 iJ Feet
Approximate Grading = O,D �eet Fill
G �
� na:��„�,i
� Driller: Ni�k-T.b.
N
� C]rilling Method: Continuaus FligritAuqers
541Y+��
5�IY,��
9
8
Plate A.3fi
B 15734 -
ILpc� Project Nq.
6-34 21-25332 Walsh I�anch Phase PA3E
gor;�g ���;o� 5E� Waish Ranch Parkway, Walsh A►►enue � O��
5treet C Fort Warth, Texas
� Lati.�ce 1Nater Level Obser�ations tfeetj �ate E M1I G i N� e K i� �
32.73587° N Whils orillinq Not �bserved 7-'14-2'I
Langit�ce At 6oring CompEetlon Nat �bserved � �,
�7•��8�� w End of �ay � Not MeasUred *'' a �
c
m
� �w C � C
a � e ::;� �" � 'd �a
� O N � � � � � � � m � m � e m
� E Q° 5tratum Description �� o °_' c m q J 3 � � o a
� T y �y` G7 G1 � N} Vl y v�
0 � � w �� a oLt c�i �.� O 3 �' � d
� Approxima�e Surface Elevation = 828.0 feet � a � Uf a 8t a rn LL-PL-P% g tn a � V
FAT CLAY �CFtJ - darls brv�vn to reddish 6rown, with
❑r�anics 4.5+ 20 ,
4.5+ � 93 I�7-11-65 I 20
� J �
�;`
s' �
0
� 5— �-
�AYEY GRAV�I� [GCJ - wea�here:d limestone g
with reddish brown ciay
19.QI _
1 WEATH ERED LlMEST�NE - tan
�innEsroru� - gray
ns.a
�Boring Terrninated at A�proxirnately 2q Feet
Propased Ele�ation = 832.D Feet
Approximate Grading = 4,4 Feet Fil�
N driller Nick-T,d.
�, [7rilikng Method: Continuvus
�ilicsi=.�!n;iyrr gnclu��l.-
50?4"
5ar��
�a�„
501��
4_5+
15
4.5+ � 35 67-18�9 1$ �
��
32
Plate A.37
— B15735
�oy Pm:ec; �Vo.
B-3S � 21-25332 Wa�sh Ranch Phase PA3E
Boring Localion SEC Waish Ranch Parkway, Walsh Avenue R� � E
Street C Fvrt Vllnrth, TexaS
�a!i�ude Water Le�al Observativns �feet} �ate e s� U i s� e E R l N G
32.i35g5° N While �rilling i � p 7.�_Z�j
Lqngi!�de At Boring Campletion � � �
�?�5�6� � End af bay Nvt Measured :. a �
c Q
a � m � N � on � � C
� o � _ �o a �� o �E � 'm tia
w F°� ° Stratum �es�r+p#ion �� � o��o Y J � �= d
y T a y L� 0 � L 4 � � � _ �
� � � y 01 G� 'b �Vf c> � — � 0 0.
f/7 � � � d � � � � 0 � � C O
Approxir-iate 5urface Elevation = 822.0 feet � p N a a'� �a r�s LL-PL-PI � rn ❑ � c�
FAT CLAY (CHj - dark bro�,vn to reddish 6rawn and
light tan. with arganics 4�_ 19
i
- brown, with cal�areous nodules —
�
�f� r
�
r
6 �.
6
� 15
U �• `
�
�
�
�
0
�
� ,,
� ..�..
c
D .
s�s.o�
� LEAN CLAY (��] - redd;ch brown and light tan, wi
ferrous stains
49.4
WEATHER�O LIMES7DNE - tan
3.00 9p 55-21-34 20
4,p0 1d
� 1.50 79 35-15-20 1$
1.50 24
Q .
1?-5015"
L -
C
'm Ii•
E �` 8ti2.f�
m 20 —
� Boring Termina�ed at�,ppraxiinately 2Q Feet
r Propased Eie�ation = 831 ,4 Feet
� Appraxir-iate Grading = 9.� Feet Fill
0
m
�
�
v
N
L
�
W
}
�
�
�o
CS
m
�
g
�
0
y
�
��
C
U ��1:11N11�1 hA�in���inb 3�Q� Rb:
� Driller' Scott DAS
� arilling Method: Continuous Ffighi Augers
£1�J, Vu�isl�l
50.?1"
Plate A.38
B1573�
_og arojec[ Na.
B-3S 2'i-2533� VIla1�h R�nch Phase PA3E
Bo�;��o�at;�„ — 5EC Walsh Ranch Parkway,lNalsh A�►enue �� ��
Street C Fol"t Wprth, Tex21s
f LatiNde Water LeuEl dbser�ailons �feetj �ate E N G i� E E R I N G
32.73596° N While f}rilling Not bbserved ?-22-2'I
Longiiude At Boring CvmpEetinn fJot 06seNed �
97.5538�° W End of i3ay Not Measured = a �
o y �
o rn
� N � � _ � C
a � c :' �. o u+ �.�
� � �, a Y � �E c' � r�
� �', � U E � �
� � � ° Stratum �esCription � � � � °' -� �' � � � �'
.. � .. �� �' Q 3 c ca
a a � � o �� •N �, � — � q
w �;
�� m O3 �� ~a o�id �°' '0 3 Z' co
i � � Approximate Surface Elevatian = 819.o feet 3 � � rn a� n. in LL-PI.-P� � in a � �
S—
LEAN CLAY tCLj - dark 6rown to I{r�ht tan and ligh�
gray, with organics, calcareous nadules and gravel
- gray tv tan
- light tan to light gray, with +,veathered limestane
fragments
a.s+ ,5 1
4.5+ 72 36-l7-19 1d
� 2
A. 5+
- blo�ky
10—
`� :� 8o5.a
� � r.` WEATHI
e� i5 '�`�
� .
U
LIM@57QNE - tan
27-5U14��
5fl11"
Boring Terrninated at �'tp�roximateiy 2U Feet
Prpposed Elevation = 828.0 Feet
Approximate Grading = 9.� Feet Fill
4. 5+
15
13
�`— � � � P.I�lui�zl h�i�r:tlin:!�. �r� �t? m�nu��ri; ni s.�tu, irzns�lx�nt m:.� Ge r:trluai. I 1_ .1 _I.. I . I � l
N❑riller Scott- dAS Plate A..79
� arilling Methad� Continuous Flighi Aug�rs
B15737
�oc, P�oject Np,
B-3� 2�-�5332 Walsh Ranch Phase PA3E
Boring Lacali�xxr 5EC Walsh Ranch Parkway, Walsh �►venue R�� E
; 5treet C Fort wortr,, Texas
LatilUdB jrliat@► �.2ye� QbSON�floh5 (feet} 4ate i E N G I N E E R I N G
32.�3fi02° Ai While brilling Not Observed ?-2Z-Zi
Longitude At Boring Complefion Nnt Observed
�7.55309° W �nd ❑f �ay Not Measured ' �- w
a.� y
C �
o � �a�, t
a � v, �� N N C � r
� A ~ C � � L� � " Z � � V � �47 �N
a� q W Stratum description �� � o � �a a� � o � r.`-, `
o N �' � �y ° �� 'Ny " � oo,
o° 10 -0 H C iG N y �y .��, � C O
�' W Approxirnate 5urface Elevation = 819.0 feet � O ur a a a in LL-PL-PI � ,� a � iy
i LEAN CLAY �CL) - dark hrown, with organEcs,
J; calcareousnodUles,andgra�el 45+ 75 d&2�27 �9
i
` 4.5+ 1d
815.D E
5 �--- ' i� � VUEnrWERED LIM�STOAIE - ?an � f �l/z"
�
0
��
- 1
m
U
L
U
m
v
n
rn
�
t
_g�Y
�, `" ��riisg TerminaEed at Approxirnately 2D Feet
Proposed Elevatipn = $23 (J Feet
E Approximate Grading = 4.0 Fee: Fill
0
6
�
LG
Q
N
t
U
.�
T
�
�]
�
C
L�]
m
L
O
�
�
L
50!'/�'
501'/"
50,"/."
50!'/."
5or � �,
501'/,"
� I I I llv�l7�.]I I:u��iir]:vir.: ��0 �PPIorJrrl<illC; r� tilv. Irnn�ihnns n��fY La �_ul�i�1. ..— I _..I � I I J I I�
N Driller: Scott- pAS
� dri��i�g ��thod: continuous F[��ht �u�ers Plate A.4Q
B15738
Lag ProjeCt Na-
B-38 2'I •25332 Walsh Ran�h PMase PA3E
Boring Lo;.atio� 5EC W�#sh Ranch Parkway, Waish Avenue ����
5treet C Fort Warth, iexas
�atituce Water Level Observations (feet] aa�e E N G I N E E R I N G
32.73�39° N While Drilling hlat Ohserved 1-23-Z1
LOngitude Ak Baring Campdel�or. Not dbserved � w
9i.5r,J'220° Vli End af C]ay Not Measured = � w
o � t a
� y [V 67 y = �i C
a � � c a � r � i ��€ f� � m'cn
� Q� � 7r, U � Z m._
n � a A Stratum Description �� O � L �' QJ 7 �` C C a
T
� '-
� . m e�i E
� � y W ��a� a u�i d m.� c 3 �' e o
Approximate Surfaee EleWation =$17.� feet SQ ui d� a v9 LL-PL-PI � rn a � v
LEAN CLAY (CL� - dark brawn to l�ght tan, with
❑rgani�s, calcareous nodules: and gravel �.5+ 1�
� - light tan, wi[h ehalk deposits �
�
�0
1
WEATHEi�ED �IMESTDPiE - tan
4.5+ 75 3�16-18 11 -4.d 10A
1'' '
�4*
501.2��
�i'�'�z �
6�1'/i '
501'/:'
1
m
Y
0
�
�
�
_�
E
�
�
E
�
�
�
�,
�a
c
m
a
�
a
6f
67
�
'w
C
8
�
99 l7
LIMEST�NE - gray
50!'/�"
56J'I."
Boranq lcrminated at Apprax�m�tely 20 �eei
P���+used Ele�ation = l3'19.0 �eet
Approximate Grading = 2.0 Feet Fill
�
0
m
E
-o h9:}�r•rnl hrxmd
� ❑riller: 5catt- bA5
F Drillinr, Method: Cantinuous Fli
ers
Plate A.��I
B15739
Log Projec[ N0
8-39 21-25332 Walsh Ranch Phase PA3E
BOringLoc2tpn SEC Vllalsh Ranch Parkway, Walsh Ar►enue ��� C
5treet C Fort Wvrth, Texas G
Lalit�de Klate� LevBl Q�servations �feet) patP E �Y G I I� E E R 1 N G
32.136�9° N While Ciriil�ng �lot �bsenred 7-Z2-21
�vngitude At 8aring Completlnn Nvt Dbscrved
97.5514�° W End af bay Not Measured : n �
� w
m � m �' s a
a � r `m ,� "' `m � c °1 c
� � ~ C T � d CS "' � �` O � 61 U!
a � a � Stratum ❑escription J� ~ p= pio ¢ J 3 �? � L`
.� ,�
� � io � �w F =[a N� =� d = L�7E
y W Appraximatc 5urface Elevation = 816.0 feet �O +ais �� a v, LL-PL-PI � m o 7�j
L�0.1V CLAY {CL� - dark brown to i�ght tan and [ight
gray, with organi�s, calcareous nodulcs, and gravel 4�� 1fi
4.5-
5�
sos.o
�� I
'� �
f; i
� �.
..{
r
� �� � .
r� � '-'
�
� �� ��
m
O F•� �
m
a� � .
w
0
�
�
�
i ZQ
a:
E
2
a
��. �
:�
�
�
�
�
m
�
�
8
m
�
0
�
�
s
r.
�
P
lh
C
_� ..—
y ❑riller: Scott- UAS
� Drillii�g f,Aeth�od: Ca
- light tan and light gray, with �halk dcposits and
ferrous stains
CLAYEY Gf�AUEL tGC} - tan weathercd limestane
gravel w�ith light gray clay
WEATHEREE] LlMESTONE - tan, with i�iterniixed
gray limestonc `ragments
l Borinc Terminated ai Approxim�tely 20 Feet
Proposed Elevation = $iS,Q Feet
Approximate Grading = 1,p FaotCut
A"al�7nal bnunrfarlv� 7r� a r6xin
�tinuaus Flight Augers
f,e
51]!'/i'
FJ�����
14
4.$� I`� I d7-19-28 I 10
4, 5+
9
4.5+� p8 � 29-96-f3 � 11 �-0.4 � 113
�
d. 5-
15
Plate A.42
_ B157�0
Lng P�ojea hlo.
�_40 Z'1.25332 Wafsh Ranch Phase PA3E
eo�;�� �o�a�;�n -- 5EC Walsh Ranch Parkway, 1Nalsh Aae�ue ��� C
5treet C Fort Warth, Texas G
Lati�utle Water Le�el Q6servations (feet] oate E N G I N E E R i r� �
32.73625° N While drilling Not observed 7-�2-21
Langiwde p� Boring Completion IVot Dbserved � �,
�
9�•����� � End of day Nlot_Measured _ o G � a
- — o o, m r
ta N � y G � C
a � � � a �� o a"= o �� �,°
$ �� _ � y v � z � E � Tt m H
r � w 5tratum Description � � ~ �' � � J � � ` a
� L � � �m ¢ � � � o
� 7. a� Mm ° a�� w� �n d aE
�`� �" � p d w d �°' e 3 2' c o
e/7 W ❑nnrnximatP Si irfar.P Fle�ation =$14 0 feet � 4 [A d Q: � tq LL-PL-PI � N G � U
���
1 Q�
LEAN CLAY (CL] - dark reddish bra�vn ta light tan
and light gray, Lvith organics, �al�areous notlules,
and gravel
-reddish hrawn ta reddish tan, w;th calcerious
deposits and ferrous stains
- lighttanto light gray, with chaYk deposits
1
4.5+ 20
4.5� 17
I
4.5+ 75 4�i7-28 13 0.1 101
�
4.5+ 13
� 4.5� 79 31-1�16 16 I
4.5+� � � 8 � � �
I � 5-�
�
4.5+
i �o
Boring Terminated aE Appraximately 20 Feet
Pr���se� Elevaii�i i= 810.0 �eet
Approximate Grading = 4.0 Feet Gut
- � � � �{uaf�+� � n��s ara a rwumele: in Sku. t1a ilions m Gr raoua�, I I .� 1 L � I �
p '.
N� ❑riller Scatt- ❑AS Pla#e A.�J
� ❑rilling Method' Contnuaus FlightAuqers
B157�1
Lo5 Proje�I No.
B-�1 �1-25332 Walsh Ranch Phase PA3E
Boring _nr.a[ion 5EC Walsh Ranch Parkway, Walsh A�enue ����
B�ock 55, �ot 7 Fort Worth, Texas
�alit�ae Water Level 06servations (feet� eate E N G I N E E R f fV �
32.73619° N While �rilGng Nvl Obsenred �-22-21
Longitude At 6orii�g Cor*apletian Not pbseNed
u
97•��8g� � £nd oFOay NoI Measuretl r�. a y
m o � .d, +-' a
a � � �� �" y M � �+ c
� o� � � 0 d � Y o ,o •— o m a o
r �n o �•— V z w E ca � w �n
� a��= 5tratum �es�ription �� o o� � o Q � � � = L�,
❑� E m w� m� 'tq°7 y — 7 ❑n
� t°� ~ _ � w °7 � 3 �' c o
y w App�oxirna:e 5urfa�e Elevation = 810.0 feet � p eai� a� � m LL-PL-PI � en p � r�
�� FAT CLAY (CF[y - dark brown to reddish tan and ligh!
tan, with organics and cal�areous nodules 4 5+ 1�
4.50 9d 65-19�fi 20
5 4, 5� 15
SO-t. ❑
CLAYEY GRAVEL, �GC) - �veathered lir,-�astune grav8l
�� with reddish -an to light tan clay, �vith �halk deposits
and ferrous stains d.5+ 17 59-17-34 10
1 ��
��
�•i _
- tan
sar���
sa����
�so.o
E'S�Y
Borii�g Termm2t�t'! at �lpproxirr�ataly 20 Fee!
Proposed Elevation = $1Q.q Feet
Rpproximate Grading = 0.0 Feet Fill
�� R'�I�'ri, I IJGiriiJarlc �:lri•i a [oRU1Wlo; in 3ilu, 11'7:151S1�n � mnj rrt
N ❑riller: Scott- DAS
� �riliiizg f,Aethod: Continuous F[ightAug�rs
501'/:"
5d1�"
5o13lr4"
Plate A.44 ,
B157�� .
Lag Project Na.
B-4� 21-25332 1N�Ish Ranch Phase PA3E -
�ar;rg�o��;o� 5EC Vllalsh Ranch Parkway, Walsh A�►enue ��� �
a�ack s2, �at 54 Fort Warth, Texas
Lati[ude Water Le�el Ohser�ations R#e�tj `Ja1e E N G 1 N E f R I ru G
32.73fi23° N vllhil� dri�ling iVat o6served 1-22-2'1
Longitude At Baring Camplelian Nat Observed w
97_54916� W - • �
End af bay Not Measured _ = a `va�
— o ,a; �
N � If� C � _
a � � .-
� � �o � �Y o �� � � a
� € °' ° Straturn Description � � ~ a = =a= Q J � a`• '_ � a
y A n� ya� ° m� �n� � a� � c°E
n� N W �a a �n�, rod a 3 �' ea
Appraximate 5urface Ele�ation = 8�0.� feet �r G � a� � a rn LL-PL-PI � rrj O � c.�
FAT CLAY (CH) • dark hrnwn to reddish tan a�d �Ight
tan, tivith organics and caleareous nodules $5 53-23-30 21
V� G�.AYEV GRAVEL (GC} - light tan, large angukar 5[7ly,"
�l�' � limestane, with G17alk deposits and ferrous s[ains 50!'/"
,:
I,�' s
� j, . 50132"
I � `: � �a.s n 501$"
MARL - dark gray, layered and IaminaE�d
��
r
� �� — 785.q_
W
U
�C -
t
L]
Q1
d I�—
� �.
ERED LIMEST�NE - tan
50�1"
aaring Terrninated at Approximaieiy 20 Feet
Propased Elevatipr = 810.0 Feet
Approximate Grading = 10.0 Feet Fill
� —L _�. ..I Al��lan��i nui.in,"-.�ri.�::.zr�-• ilia�m�tim.iE��: r: =:i� i. �rnn�nio�: mn 6e rarlu:il. �. �. _� � �.
N ❑riller: Sco[t- dAS
� prilling Method� Continuous �IightAugers _
14
95
31
Plate A.45
B1575�
Log I P�c;ect tia.
8-43 21-2533� 1Nalsh Ranch Phas� PA3E
3ori�g Location SEC Vlfalsh Ranch Parkway, Walsh A►►�nue ����
, 61ack 5�, �at 5�1 Fort Worth, Texas
� Latilude Water LeYel pbservations �feetj daie E N G I N� e R I N G
_ 32.73Sfi1° N Wh+Ve drilling EJot Obsenred �-2Z-21
Long�turie At 6oring Cnn3pletion Not �bserved � w
� , End of [la
97.�4987 W Y Nvt Measured :: a y
m � m .�. � a
a � y `~ y:; C � C
� o� � � o a �Y o � E � a� � o
n � °� Y Sfratum Descriptivn � � � o � �, � J � � = d
m �n E � v m ° ��� L y a � a` � � a
� � � ~ c � w � � d = c�i �
�' W App�oximate Surface Elevation = 804.0 feet 3 O ean a� a in LL-pL-PI � H a � �
LEAN CLAY [C�] - dark hrown to I'qht tan, with i
orqanics, gravel, and calcareous nodules d 5+ 10
I
� 4.�+� s2 aa-i�aa �o
�
:J
�
�
�
�
a
N
O
m
�
G
�
v
�
�
E
a
�
m
��
c
a
v
n
�
.�
}
a
m
c�
�
�
�
m
�
a
c
�
�
4
$i
5 .
WEATNERED LIMESTOAIE - �jghi tan.
layersand �halkdeposits
10
791.Q�
— MAi2L - dark gray, i
15 �-
— — 78$,4
� LIMESTONE - gray
Q'i����
t3anng Terminated al A�proxirrtately 20 Fee!
Proposed Elevation = $05,0 �eet
Approximate Grading = 1.0 Foat Fill
501'f "
5Q'Y:'
501%;'
501'/:'
5011 '
�f r4^
4.5+ 97 51_�7_34 16
p i I hA;Q61'i71 h7dntlam7a 1'C rcxsmnlr.: In :��i W. Ir:m,iiians may Uc yr.xli.i:d � � �_ I I � I �
'N ❑riller: Soott- aA5
� �rillii�g Method: Cont nuous Flight Au�rers Plate A.4s
— B1575�
�ng ProjeCt Na.
B_� Z� �����2 Wafsh Ranch Phase PA3E f.�
Sari�C LpCaSion 5EC Wa�sh Ranch Parkway, Wa�sh A►►en�e �� ��
Block 52, Lot 48 F01't WD1"th, Texas
Lati�ude Water Level Obsel'Vat1011S [fBBtJ �atg E N G I N E E k I v G
32.735fi9� N_� While orilling Not Obsenred 7-23-2�
Longitude At Boring CompYetion Not Dbserved o �
97.55467° W End af Day Not Measured � _ in
d � d L �
� � � N � � C ,QI C
Q �' C � �'� Q �•— O d� � O
� o� c a•4 c� E� z o� � � � e v�'i
n T� R Stratum Qescriptivn J� o °_.� � Q 3�� o�
v �� �y � d ��
o N� a �a a mw A°' c 3 �' eo
� W Approximate 5urface Ele�ation = 809.0 feet �r O us a� a� LL-PL-PI $ u1 ❑ � C]
807. p
5
CLAYEY SAN� (SCy - da rk brawn ta light tan, With
❑rgani�s, ferrous stains, gravel, and calcareous
nadules
- tan, wi[h large �rreathered limestane fra5ments
WEATHEREd LIMESTONE - light tan, with clay
layers and chalk deposits
50l32"
5Ol5tlI2"
50135"
50150I1"
50�'/,"
501Y,��
�
5D!'l�'
501'l."
� �
�
.G
L
�
❑
d
O7
�:
�
e
m
�
c
.�
�z
�
E
�
�
.�
�
�
m
c
.y
C
8
�
Q
C
�
�
❑
L
C
01
�
� Driller:5
� ❑rilling h
91.01
� LIMESTDNE - gl'ay
i��� a _
8o�ing 7errninated at Apprnximately 2q Feet
Proposed EleVation - 811 .� Fect
Appraximate Grading = 2,� Feet Fill
COtf
leth
Male•�a hnurAaries ar_= a raximate; in siW, va�si_.�ors maV 6e cTaduel.
'QA5
�d: Gantinuvus Flight Augers
50f'/z'
5o�f�'
4.5+ 21 42-20-22 9 1
Plate A.47
_ ��5��a
'_or, Pro�ed Nn. 1
B-45 2'I-25332 1Nalsh Ranch Phase PA3E
BQring!ocatinn ' SEG Walsh Ranch Parkway, Walsh Avenue ��� �
a�ock 5z, �ot 44 Fort Worth, Texas I
Latitude Water Level 06servations (feetj �te E N G I��� R i N G
32.73564° N vVhile Orillinq Not Qhserved 7-23-21
Longit�de At Boring Uompletion Nat Observed
��•����� w End oF�ay Nat Mcasured ' a �
C � �
n � v a m t
`� ` L
� Q� C � p a �� � �� O Cf � O
L �'- V Z � V 47 U!
� a a, � 5tratum Des�ription `� � o= me Q � � -e � � d
9 L
� VI � y Y y � �� •N � y — � � n
� w r c�o N� m �E
� �� a m d m.v o 3 2' c o
Approxirna-e 5urface Elevatian = 804.� £eet � O rr� a cc a �n LL-PL-PI � u� e � �
-r.."_
„ .•
5 _ ,_
��
i :.; .
SANdY LEAA1 CLAY (CLj - dark hravvn, wi[h
cal�areous nodules, gravel, ferrous stains, and
arganics
CLqVEY GRAVEL [GC� - weakhered iimestonc
gra�el, with brown to tan clay
�
FAT CLAY (CH} - light gray to [an
4.5+ � 69 � d2-20-22 I 16
4.5+
10—
792.D
�-
� -
❑
° 15 -
�
� —
�
�
�
c
� 2
d
E
0
�
@
a
�
�
.y
C
g
�
�
c
a
�
r
m
m
� �
�
0
� ❑riller; 5�ott-
� �riPing Mcth[
85 01
- aarK gray, iayered and �aminated
5011'/�'
501Y:"
3.75
LlMESTpN� - gray
BotEng 7errninated at Rpproxim�tely 20 Feet
Proposed Ele�ation = 816,0 FCCt
Approximate Grading - 1� p Feet Fill
R!�:.�r��+r���nrfariec nre aaprnkimaio, �n ,iw, vans��tr.ri; m� hrs rai9u��i
❑IQr�` .
�d: Continuous Fligh[ A�gers
���
18
15
Plate A.48
— B157�9
Lqg Projer.t No.
B-46 21-25332 Vlfaish �tanch Phase PA3E
go�;n9 �o�at;on 5EC Walsh Ranch Parkway, Walsh A�enue ��� C
eiac�c5�, �ot41 Fort Wvrth, Texas �
�ati�ude Water �ev�el Ohservations tfeet} �ete E N G I N E E R I N G
32.73557° N While Qrilling Nvt Observed 7-23-21
Longitude At 8ori�g Corr�pletian Plot Observed a. �
9T.552�2° W End a# Day Not Measured o = a a
— - — o �, � �
y y N y �n c � C
a � c mw �� o m � d
� fl F^ C ��+ � � Y Z d� � � C O�17
� a � Q Stratum Descri ptivn J� � p� �� Q J � � '= c i
� T a ; � y O �� •N y � — � p a
0 N y � t0 � a oi a r�v N O � �' C O
Appraximate Surface Elevatior. = 801.d feet � d tn �� a+n LL-PL-PI � v1 G1 � U
5
�'�
"'
�;
��
��
5. 01
L�AN CL4Y (C�) - dark brown, with calcareous
r.odules, graWel, and organics
CLAY�Y GFtAVEL (G�� - weathered 1inv�stone
gravel, with brown to tan clay
�._ ����� o
- daa•k gray, i�ycrcd and laminaied
sai2��
soi� ��
q.5+ f 15 �
4.5+ I 36 I 42-20-22 I 7
4.5+
; 1
m
.�
C
L;
m
0
c
m
O
�
�
c
� .
m�
m
�
E
❑
a
.�
�
�
N
�y
Ca
[]
m
L
O
G
�
�
L
N
sa.o
LiMESTQNE - gray
a� a
Borirg TerminaEc.d a� Apprnximately 20 Fee
Frapoa�d Cle�ation = °1 �.D Fcet
Apprpximate Gradirg = 5,Q Feet Fill
14
" �riller 5cott- bAS
� Qrilling Method � Confnuous Flight Augers Plate A.��
— B157�8
�05 °rajec! no.
B-4� 2�-25332 1Nalsh Ranch Phase PA3E
eti���9 �o���o� -- — SE�C Walsh Ranch Parkway, Walsh Ayenue ��� C
g�ock �2, Lnt 37 Fort Worth, Texas G
�atitude Watar LeVel �bservations �feet) date E N G i k� E R i nr �
32.7355�° N While brilling Not obscrvcd 7-23-21
�onc��tude At Boring Campletion Not �bserved ,�
97.553D2° VII End of [}ay Not t�4easured � a �
ca = .:
o a d t
a � � �� 'v y� � � �
� n � a � � u °' � 2 � .E '� � � 'y
� a � � 5#ratum ❑escription � � ~ o =' �o �� � e � � �
p y EI � yd ° a�� 'N� � � pa
y W Approxirnate 5urfa�e Eleva�ian = 811.0 feet � O r�n a� � us LL-PL-PI � r� o � c°�
FAT CLAY {CHj - dark brown to light tan, wi�h
arganics, calcareaus nodules: and gra�e!
- bravdn
5
4.$+ $$ 50-21-29 17
4. 5� 1 1
4.5- 96 45-18-27 16 i
A. 5� 17
- tan to light tan, wit� ferrous stains
0
'EATHEREp LI
layers
ghttan, with clay
6
a
��
@
U
e
r
�
�g� n
LIME5T�NE - gray
��.a
Bormg Tcrrninated at Approxirnately 20 Feet
Praposod Ele�ation = 817.0 Fcct
Approximate Grading = 6.0 Feet Fill
501'/i'
5�1'/:'
�or���
sorrz �
5fl� f��
so��f:�
q i�a��mt h�-unqarin� arr� a n�4xlfn5lc: In silu, lnnsillr,r�� ma hu raduni. � � � I I_ I I
� Driller; Scott- DAS —
� drilling Method: Gontinuous FlighE I�ugers Plate A.5D
�����7 .:
Log Prqect Nv.
B�48 j 21-25332 W�fsh Ranch 'Phase PA3E
9vringLoca�ion 5EC Walsh Ranch Rarkway, Walsh A►►enue ��� r
Street G Fort Warth, Texas �
f t ❑ate ENGINEERING
Lavtutle Water Level Obseruat�ons � ee }
32.Z3535° N While �rilling Nat �hserved
L❑ngitude At eoring Compf�tlan Nat Obsen►ed
g7•`�7�� w End of Qay IVot Nteasured
n �
� O � �
r � d ° Stratum Description
a T a m
� u' E d
L9 w
� Approximate Surface Elevation = 811.� feet
FAT CLAY �CHJ - dark brown to gray and reddish
6rown, with organi�s and gravel
- with calcareous nodules
5
- brawn
�
tan to light tan, with fefrous stains and vueathered
limestone fragments
- gray to reddish brown
�' 15
n
c i95 �]
u VY�A71
�
4
G
O�
m
6
�
a
C
� 791.�
Lll�lESTO�VE - tan, with Clay layers
N
— c
� o
6� @
J �
:: �
�O
i-23-21
a �
Q w
.. y�
o a� � �
+.
:? N � �' O 01 � O
V �� z �q�� �i � m n
H 6 ai p� o 'i+ J � o �— � 9N1
� c I C�` Q � _ c L Q
Q ma�°i �v D 3 �' co
y a� � a N LL-PL-PI Se V� a �[�
d.5+
31
4.5+ I 93 � fi3-2�-41 I 17
4.5+
17
4.5� I 94 I 6a20-46 I 19
4.5+
4.5+
� 20� S�nng TermiRated at f�pprnximately?0 Feet
.��, Prvpused Cle�ation � i32�_D Feet
� Approximate Grading = 9.� Feet Fill
�
w
�
m
a.
m
�
v
m
a
�
a
a
.�
g
�
0
�
�
�
L
�
❑+
Q
17.
�
o io-latnn.zl h-�und�ries .�rr_a _�rc3ximnE��. I1 ;9I�I. Irans�ts�ri : may_CL
N Deiller 5ca�- DAS
� ❑r�l[ing ivtethod: Continuous Flighi Augers
Ptate A.5'I
— B157�� -- -
�og Pra�ect No.
B-49 � 21-25332 1Nalsh Ran�h �hase PA3E �
aarirg Loca[ion SE,C Walsh Ranch Parkway, Walsh A►►enue ����
Block 5�, Lot �i �QI't Warth, Texas
Latit�de W�r Le�@I Observalions {feet} Date E M G I N� E R I N G
32_73530° N While ❑ril�ing Not ahscrved �-�$•Z�
Lorgiwde At Bori�g CQmpiBtion Not d6serveCl
97•���� �'End offlay Not Measured ° a
i — o � '�
m e a, :� t a
n '�'� L y� N p� C � �
� � � C 7 q L�? � w Z �•� V � y y
� a a � Stratum ❑escri ption � ° ~ o � � ;� 4 � � e � ` n'�i
2 °
rn E a . c, a
� ris W '� � a � a`°, R d c 3 �' � o
Approxir�ate 5urtace Elevation = 82�.a feet � Q y d� Q�y LL-PL•PR � rn � � r,y
i CLRYEY GRAVEL �GC] - weathercd limc�tane gravel
, with tah clay, ferrous stains, and aalcarcous nodules d.�+ 7
� "�
{. :
d,5+ 2$ 35-18-17 9 �.2 100
,�
� ' - large rocks —
5 ,• d 5+
,� 14D
j UVEATHERE� LI
70
��
�
na �7i
LIPAESTOIV� - gray
- tan, u�ith Cl2y layers
i
�T
Boring Tcrminated at ApproxEmately 20 Feel
Proposed Elevation = 829.Q Fc�t
Rppraxir�atc Grading = 9,0 Feet Fill
5QJ'li' - - --
501'/." �
501'/."
5D1 /"
501'l.��
SQ!'f "
iD
18
26
� 31
'� . M:��rva�i r�yinr!.irir : a=iv �nnrryulmnln� If1 edu lranr.�lic�r.; ma� ho qndiim. I I I I ��
p flr�ller; Scott �AS
�❑rilling Method: Continuflus Flight A�[�ers Plate A.52
— B157�5 _
�cr� Prqect No.
B-5� 21-25332 V�lalsh Ranch Phase PA3E
g�,;nq ����;�� -- �EC Walsh Ranch Parkway, Walsh Ar�enue ��� C
a�ock 5�, �.at � Fort Worth, Texas i G
La�itude Watar Level Ohservations {feet} �te E M � I N E E R I N G
32,73525° N While Drilling fvot 06ser�ed 7-2fi-21
�❑nqitude At Boring Campletion Not Obser�ed � �
87.55�30` w End af Day Not Measured � a n
— o � � � a
� y N � N C � C
$ d 0 a 5l� � a� L3 ?j m w
� Q � _ �.� (y � Z �.� �
m E a�° Stratum Descri ption �� a � c t a° ¢ J � � 'c � a
d a, � v d m� 'o�a � m � �°E
0 N R w �a a mw mm o ; 2' co
� Approximate Surfacs EleUation = 827.0 feet �r O m d� � v7 L.L-PL-PI � tn ❑ � U
- CLAYEYGRAVEL �GCj -+veathered limestone gravel
'" with tan �lay, ferrous stains, and calcareous nodules 4�+ 1$
�.'•
�, � -
;.,
- �-;.. ..
4.5+ 21
_ �
- large rovk5 and gra�el
5 ; 4.5+ 33 61-21-d0 15 -0.2 113
:�-1 82i.D .
1�
>�i
}
8i3 0
a 1� � -
�
�
N
�
C
.m
E
�'
m
�
E
Q
�
�
�
b
m
i
�
C
v
�
g
�
�
L
w
WEATHEREO IJME3TflNE - tan, with cEay layers
[71 [5
LlMESTQNE - gray
8oring TerminaEe� at Approximately 2fl Fee!
P� uN�se� EleWation - (]29.� �eet
Approximate Grading = 2.D Feet Fill
5 01'I "
501'/."
�ra/�r1�. �
:]Uf /4 �
��1 ���
5��y� ��
12
36
[' �� I
p _ FAnirn.�IMxm�anr=z�m;�. mxlrrmle�.lnsilu 1r�nsilinnr�rr�„yrhe�ci:�sduai . —
� Driller' Scott- dA5 Plate A.53
F L�rilling Methotl: Cantinuous �light Augers
B157�4
�09 Project yp.
�-51 2�-25332 Walsh Ranch Phase PA3E
?ori�g Loca[ion ' SEC Walsh Ranch Parkway, Vllalsh Ar►enue ��� C
B�o�k �z, Lot 1l Fort Worth, Texas �
La[i[ude Wa{er Level Observations {feet� �eie E N G I N E E R i N �
32.7352�° N While briEling Not 4bserved 7-26-21
Longitude At Boring Completitin Nat Dbserved
97.5569 �� W End of Day Not Measured �. a w
� c c b
� O Ql � L
n �' � �� N y� C a1
� ° � � y ° V � y° ° a •E c°s 'd � o
= � °� ° 5tratum ❑�s�riptivn � ° � a � �. Y � i d � = y
m �' a y �� p G G= Q Y 3- L G i
O � E � �� F, m-� �un y r� y � G a
� "� � Approxirnate SurFace Elevation - 829.0 feet � p v�i �� a in LL-PL-PI � r� p � �
5
1�
� 1
m
�
�
6
�
d
�
c
.�
m
d
E
P
�
�
�
�
a
v`
�
.y
C
g
�
�
O
C
�
O
L
�
.�
G
u
� Drille
� Driilii
:otZ
eth�
z� a
1 9 i}I
dAS
�d: Ca
GRAV�LLY LEAN CLAY {CL] - d�rh brown, With
organics, weathered lirnestone fragments, and
�alcareous nodules
W�ATHfREd LINfESTflNE tan, wilh Clay layers
501Y,"
501Y:'
5011 "
5Di�/,�,
50l1 "
5ar���
L[mts E ah1� - gray
Bori�g Terminated at A��prtsximate[y 20 Feet
Proposed Ele�ation = &31,0 Feet
Approximate Grading - 2.0 Feet Fill
N,,inr.�: �n��i+�fa•�es xrr �, unKlnuto; in sil�1, lrannilian: mnv Nr. r.�
�tinuous FlightA�gers
4.5+ 89 64-26-38 I 20
_ . I 31
25
14
16
I
Plate A.54
— B157�3
Lo5 — Project No.
�_5� Z,� _2r��� Walsh Ranch Phase PA3E
�pring Loca[ian 5EC Walsh Ranch Parkway, Walsh A��nue R�� E
Block 52, Lot '13 Fort Warth, Texas
LatltlJd2 Wate►Level Dbservafions (feet] ��e E N G I r� E E R 1 N G
32.73519° N While Lrd[ing Not Qbserved 7-2fi-21
Lon�i�utle pt �nring GorrEpletion fJot ObseN9d � '�,
97.55fi75° W End of Day Not Measured � o = � �
e Cr L
.�.. - � y � N � y � A1 C
a � C 0. � w 0 a'= C v �,C
� R H L �'a.�-+ U E� Z 97 � V � L I�ll
� E � ° Stratum ❑escription � z ~ � � �a aJ � � �� L �
a a � � `o +� •- c, — � 0 0.
Op T � � 9� 07 � �N y .y Gf L! �
� y � W � a d ¢=i a@s m� D 3 �' L O
Approximate Surface Elevatlon � 829.� feet �❑ tn a� a u] I LL-PL-PI � N ❑ a U
'" CLAYEY GRAVEL jGC� - weathered limestone gravel �
with tan clay, ferrpus stains, and calcarea�s nadules 4 c�.� i6
- lighttan. ❑halky, with large gra�al
�,; •
�' �
_j _ .
_l: _.
5�
?.5.0
WEA71-fERE� LIMESTONE - tan with c�ay layers
4.5+ 24 38-16-22 i -0.2 1 b4
soiv�� 1 ,a
5�1'l<"
1
r
v
y �
ti
U
_�
L
ci
�
a
as
cn
�
0
�
�
� ..
� �
u
r
E
a
�
m
�
`w
a
�
a
W
n
�
�
'R
�
3
�
�
s
C
�
�
i
N
11.4
LIMEST�N� - gray
Boring Terminated at Appraximatcay �d Feet
Proposed Ele�ation = 83�.0 Faat
Approximate Grading = 1.0 Foot Fill
5�1'/� '
501'/."
5011"
501'/�"
�or � ��
5�1%a"
20
20
2g
C� �
O •' � lN •r•'I I t:nlJ n f�:1r:N i 7[� _ In�lrn x'nti I! e:. In I ill l I. lflnSl L n1 i•, rf•:1Y �1 �'- ��.9r�li 7�:.
� Dtillew 5cott QAS Plate A.5�'J
� [Jrilling Method: Conqnuous Fligh: Augers
— B15753 - —
��', 'roject No.
8-53 21-2533� Walsh Ranch �hase PA3E �
BoringLa�a��o� ----- SEGWaIsh Ran�h Parkway, Walsh Ar�enue ����
BIpCI( �'J2, Lot 24 Fart Wvrth, Texas �
Latitude Water Level Ohservations (feet) Cate E N G I N E E R I N G
32.7�7$° N While drilllirtg lVot �bserved 7-2�-�'�
_o�git�de At Baring Compietian Nok Obserued
g�-�`�30° � End of Day Not Mcasured , ° � �
� w
� � � Y M a
a � � � � N � � � a� C
� � � _ � , o � m .�.° z � E �5 � � a��o
� E 67 � Stratum �escription � `° ~ o � �o "-� �' o � � �
m N� � �y p �_ .� � 4 r t ca
� R W �� � G N pq � �� �, � C O
y Approxirnate Surface Elevation = 819.Ofeet �p � d� a �n LL-PL-PI � H p � �
CLAYEY CRAVEL (GGj - weathcrcd limestane gravel
_ ��vith� tan clay, ferrous stains. and calnareous nodules
I., 4
���
5 �.
�;-: ..
- Varge rock layer
4.5+ 12
4.5+
4.5+ � 46 � 42-2d•22 �$ I d. i I 118
812.0
� WEATFi�RED LliulEST�NE - tan
_�..
1 i�+_,4. �
f�
' 807 U
LIMESTONE - gray
� —�
d
=1 —
�
._
_ 5II�'/.�,
501'I."
m
�
0
�
�
.�
�
L
�
P
8aring Term�nal�d at Appraximately 2Q Fe�t
Propased Elcvation = 899,� Feet
Approximate Grading = 0.0 Feet Fill
a
.�
s
v
�
G
8
�
�
�
�
�
N
�
al
G
�o . Nnlc�r�zlhr.undanPc.�rna I'6
9 Dri��er: 5cott- �AS
ti �riilinq Ivlethod' ContinuausFlight�0.ugers
Irrn�etio7�� TI]V EF.
541Y4'
50!'/:'
ffl
}7
23
1S
Plat� A.56
— B15754
�,qg — Proje�t Itic.
B-54 2'I -25332 ►Nalsh Ranch Pha�e PA3E
Bo�i�g Lc,:alion SEC Vlialsh Ranch Rarkway, Walsh A►ienu�e ����
Block 52, Lot 25 �art �Ort�, Texas
_atitude yy8ter Leye� pbgeryatipng (fes1.] bate s n� G I N E E R 1 N G
32.�34$3° N While ❑rilling Not Observed i•2$-21
Longitude At 8arinr, Completion Not O65elved � �,
9T.554�9° 1N End of day Not Meas�red � a v�
— o � � � a
� w N y w c � c
� o� � �i a m: ° 'E Ca � am
E m .. c w
m ,_
� E� ° Stratum Descriptian �� � e� �� Q J �� �� L Q
� m E � °-'y H �� y� � d q, °aE
0 � W �� a wm md �0 3 ca
Approximate 5urface Ele�ation = 814.a feet � O rA a� a rn LL-PL-PI � rA O � L7
j L�AN CLAY (CL� - dark brawn to tan, witth organics,
� calcareous nodules, ferrous stains, and graval q 5+ 16
5
807. p
� �
�
�
ia - -
842.Q
-�
;i
TI
�- �
� �
L � ;Z —
� �
� 20 -�
: i
i
4.5+ 85 49-22-27 14
4.5+ 13
LIMESTdNE - tan
50i'/"
LIAAEST�NE - gray
�or��°
�o,v���
s.
MARL- dark �ray, laminated
4. �?
Boring Terminated at Appraximataly 24 Feet
Proposed Clevation = B�O.a Fe�t
Approximate Grading = 6.D Feet Fill
14
4.5+ I 93 I 58-26�2 I 50
�_ I I I IMalelVal 6nundares a� ano^��ximat4; u• situ, t•ar.'�Illr.rls �o�,;�y.5e.r���icl�.n11 I I j, � �
; °r���e�: ��ott- o�s Plate A.57
__ ❑rillin� Method: Cvntinuous Flight Augers
Lng Prpject Ro.
R11V-'i 21-25332 Walsh Ranch Phase PA3E
eo���5 �o�at�� 5EC Walsh Ranch Parkway, Walsh A�►enue ����
Fvrt Worth, T�xas
�
Latilude Water Levei Qbsevvations (€eetj Date E N G I N E E R I N �
32.7356i° N While �rillirsg Not dbserved i-14-21
Lan�it�de At Borinq Cvmpletivn N�rt Observed
97.55T11' W � �
�nd of bay Not Measured .. a �
� = a
o �1 � r
� y L N ` y C Gi i
n �' � O 4 �,,,, O m a, • G
� h a•— Q m � o
�° o �•- c.a p1 � z d.5 c� �� „ y
w F a � Stratum Description � � � Q � �� =�� � � � �
a
� �� � :: w � c m w� 4 y — � � E
y � � O a�i a� a'rn LL-PL-PI � r� o � r_i
� I LEAH CLAY (CLj - dark brown ta ligl,t tan, wilh
� calcareous rladLtl2s, ferrous stains, and organios
5 —i�l . � . �
���
i
`o
�
� -
C
�
�S 2�—
�
L
�
C
� —
�
�
I9
o_ —
�'
n
��
a 2 r3—
m
`m
a
C
O
C]
�
❑
C —
L
�
t
�
LInn�STOHE - tan
L1ME5TpNE - gray
c' "� Baring Terminated at Ap raximalel1/ 3� F
a t�3atarial F.nunq:�r��,� are �r.u��x��,l�i�n •�,ilu Ir;in �Ilirols in^.
�' ❑riller: Ni�k-T.D,
m
� qrilhng Method: Contlnuous�lightRugers_
11
�
4.5- 48 d9-17-32 13
5614" 38 7 �
50!0"
�o�o��
50?Y,"
5�r 0"
5�1�/1 �
��+Q��
5a! �.•
50?4"
�d7��n
��l���n
4
�
�
�
s
Plate A.57
501L DR RDCK TYPES
}' �f �� F� Undocumented Fill � Well-Graded 5and (SWj R� � E
�ri�r.
=r,:.i�:��i��,�
Lean Clay {CLj C�Clayey 5and [S�� DRILLING RND SAMPLIMG METH�dS
�
_ Gravelly Lean Clay (CL� � Well-Graded Grauel �GW�
�
�
� �,��•` Fat Clay (CH) ' � Marl
She�hy Split Texas
��.: Tube 5poon Cone
Grauelly Fat Clay {CH� _____= Weathered Shale Pe�
.�
�:. Clayey Gravel �GC} � Shale
�
� � I � Silt (ML) � Weathered Limestone
�
Poorly-Graded Sand �SP) � Limestone cFA HSA Rock
� Core
7�RM5 ��SCRIBING CON515TENCY, C�NQITIDN, AN� 57RUGTURE DF SaIL
Fine Grained 5oi15 ;hlore lhan 5[+! PassirG No. �9(1 sieve.j
Consistency Penetrometer Reading, �tsfj l�ncon€ined Cbmpression, [psfj
Very 5oft 4 �.5 � �000
s❑n a.5 to �.o iaao to �ooa
F�em �.o to 2.0 �000 �o �aaa
Hard 2.0 to 4,0 40fl0 to BODO
Very Hard } 4.0 7 8fl00
Coarse Grained 5oils (hAore lhan �6�Ii Retained �� N�. 2QQ SieveJ
Penetration Resistan�e bescriptive Item Relatiwe density
(Blows � Foot)
D ta 4 Very Loose 0 to 20 lo
4 tp 10 Loose 20 to 4fl°/
1fl ta 30 Mediurn ❑ense 40 to 70°/a
30 ta 5Q �ense 7Q to 9D lo
OWer 5fl Very dense 90 ta 100°I
Soil Structure
Calcareous Contains appreciable deposits ofcalcium car6anate; generally nodular
5lickensided Ha�ing indined planes of weakness that ate slick and glossy in appearance
Lamina!ed Compased of thin layers of varying �olor or texture
Fissured Contalning cra�ks, s�rnelirries flle� willi fii ie aan� ur silt
Interbedded Composed of alternated layers af d'ifferent sail types, usually in approximately equal proportions
TERMS DE5CR181NG PHYSICAL PRDPER'ilES ❑F RDCK
Hardness and degree af Cem�ntativn
Very 5aft ar Plastic Can be remolded in hand: �orrespands in �onsistency up to hard in soils
Saft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be s�ratched With fngernail
Hard biffcult to scratch with knife
Very Hard Cannat be scratched with knife
Paorly Cemented or Friable Easily crurnbled
Cemented Bound kogether by chemically precipitated material•, Quartz, cal�ite, dolarnite, siderite, and iron oxide are common ceertenting
materials.
Degree af Weathering
Llnweathered Rock in its natural state before being exposed to atmaspherlc agents
5ilghtly Weathe�ed Noted predominantly by color change with no disintegrated aones
Weathered Camplete color change with zones of slightly decarnposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY 7� CLASSIFICA710N qND $YMB�LS PLATE A.58
Major Divisions GrP Typical Names Laboratory Glassification
�Ym• Griteria
�
N
�
�
�
�
�
0
0
�
0
z
�n =
�
�`a/� t
V' L
� �
v �
� �
�
L �
c� �
m
� L
` �'
�
a E
U �
�
O
�
�
C
m
�
❑
�
•--
N
�
c1�
Cfl
v
0
N
�
Z
C
s�
�
� �
— �
o —
� �
a �
47 �
C [n
c� -
L �
� �
,--
m �
C �
L.L �
�
�
�
�
�
�
�
�
�
v
�
�
L
�
�'
co
�
C
o �,
N
� �
� m
� � �
a ro �
m � b.
� a�
� �
� �
� �
co
t
a�
`aC
C
�.
.�
C .-+
O �
' � N
fp �
� �
� `�
��
rn q rt
� �,
C ,� O
CI7 � �
� �
� `�
�
�
s� �,
�
a� S°
o v�i
E
R�NE
�, Well graded gravelsi E N C� I N E E R I y �
� � G� gravel-sand mixtures, �Q
� o little ar no fines � o_, o
� C C L .n�
C=---- greater than 4: C=------ between 1 and 3
� L C
��, Poorly graded gravels, � �' o x o,,,
U J GP gravel-sand mixtures, o Not meeting all gradation requirements
little ar no f nes
ai ,� o for G W
Z N �
� 5ilty gravels, gravel - "�v c�r� uUa a Liquid and Plastic limits Liquid and plastic
� aa ��M sand - silt rnixtures -� � ��� below "A" line or P,I. limits platting in
� m� �� ��� greater than 4 hatched zone
� �� o ��s p � � �, �etween 4 and 7
�' a� �'z ��:� Liquid and Plastic limit� �re borderline
�, fz � Clayey gra�els, gra�el � �
LQ� G� - sand - clay rnixtures o_� ��� above "A" line with P.I. cases requiring use
� � �� :� greater than 7 of dual syrnbols
' � : °�
� �, 5� Well graded sands, � y _ ; � -
�;� graVelly s�nds, Ilttle or � o ;� C� -�-- greater than 5: C� -�-�- between 1 and 3
N� na fines �� _:�� 4� o x ob
G �.
�� Poorly graded sands, N a� :��
� 5P gravelly sands, little or �� �°; °° Not meeting all gradation requirements
v _ .
= no fines n� �, ��}; for 5W
❑] r� n7 C
i[T,0 � � �- N d]
�, �, S� Silty sands, sand silt �� fl� �� Liquid and Plastic limits Liquid and plastic
��� mixtures w m�_,� g- befow "R" line or P.I. limits plotting
�`� � ��`9 "� r less than 4 between 4 and T
� �' � � � � � a ° are borderline
� Q o Clayey sands, sand ��� J�`r' Liquid and Plastic limits cases requiring use
��� 5C ���y mixtures °' a � abo�e "A" line with P.I. af dual syrnbols
� S4 p o� greater than 7
Inorgani� silts and very fine
� sands, ro�k flour. silty or
}. � �� clayeyfine sands, arcEayey
� — silts with slight plasticity
�
�.E '� Inorgani� clays af low t❑
� ,� � CL medium plasticity, gravelly
� '� -� �lays, sandy clays, silty
clays: and lean �lays
[!) J
v OL Organic silts and argani�
silty days of low plasti�ity
�7
rn �
� �,
� L
U ��
� •__. u�
C � C
� � �
� � �
_ ''J
� �
�
�, � �
� —
a� � �o
I �
o`
I norganic silts, micaceaus
MH ❑r diatornaceous fne santl
❑f silty s❑ils, elastic silts
CH Inorganicclaysvfhigh
plasticity, fat clays
❑� + �rganic clays of rnedium to
i high plasti�ity, argani� silts
Pt I P�atand otherhighly
organi� soils
60
�
�
�o
I
i
� 40 i
n
z
�
L 30
�
N
� I
zo
c�
10
CL-h4L �
° n �0 2a so
i'
C H ,�
. �,
/ i
i
�
`���i�y/ OH and'MH
�! 1
. i
Ml. and I��L
4Q 50 6D 70 80 90 100
LIO UID LIMIT
PLA5TICETY CHART
UNfFEED 501L CLASSIFECATI�N 5Y5TEM PLAT� A.59
�- 89�8 Ambassadar Row, ballas, Tx 75�47
R� �� Texas Engineering Firm Registration, No. F-1572
Corporate Phone:(�14} b3Q-9�45
E A R T H W O R K S RE��M ��mpaction Design Report
Praject Number; 21-�533� Fill� Foundation Repart Number: 25332-D1
Project Name: Walsh Ranch Phase PA3E Remarks: Subgrade RecanstruttianRepart Date: 8�5�zOZ1
Prajett Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy
Control Spe�ifications and Referen�es
Min °Io of Max ary Density 47Mo
Resilien# Modulus Method AA5HT0
Compacted FiEf Property Requirernent�5
Air Voids Percentage 6.7°Iv
Fackor of 5afery 1,$
�esign Carnpactian Conditions
Loose LiftThickness (in� 4
Compactar CA� 5fi3 bynami� High
L15C5 Classiflcation SC Ranges
5pe�ific GraWiry 2.65 z.56 - Z.74
Liquid Limit (°Ifl] 29 27- 3�
Plasticity Index (°/o} 13 12 - 1�
Plastic Limit {°Io} 15
°� Fines (Passing �2aa} �6 �4- 28
°Io Gravel (Re�ined #4) 3 2- 19
°Io 5and (Passing #4) 71 53 - 74
Lift Properties at 97fl�o Cornpaction on Cnnstruction Curve t
w �°Ifl}
Y �Ibsjf�3)
5 �°/o�
e
Na (°/❑]
r� Potential {°/o]
UC5 {16s/ft'�}
c �Ibsjftz]
� f41
4 1
Free 5well (°/o}
CBR* (°Io}
CBR* [°Io)
Res Mod �IbsJin2j
Res Mod �Ibsjinz}
ASTM ❑ 2166
ASTM D 2850
ASTM D �85D
ASTM D 4�46
5oaked
Unsoaked
Saaked
Unsoaked
Dry Sldel
1fl.2
117.6
66.Z
0.41
9,9
+5,2
3,433
1,137
30
Z.1
1.1
47.4
1,584
3�,18z
�+ k..��
13.5
117.5
$7.1
�.41
3,$
+z, a
3,��6
1, 013
�6
1.Q
4.9
8.3
7,066
9�895
T41�ranc�
� 1 °Io MC
f2°/o
�3°Io
t3°/o
t 3°/0
�3°/0
f�0°/o
f 10°Ia
f 10°/0
�25°In
� 1Q°In
t 10°/0
� 10°/0
� 1�°/a
,�
�z�
�
y � �a':-
� `
.� � 97yc. com�a�tion
�- ' 117_� 1bs1#t'
� „F-
�
�
�
�-
+a5 -
iaa
.
.
�` c� c�,n
.
�� - - .. . . . ��
`,
,
,
,
,�
,
�'.
�ift Coastructinn tur��e
td 11_��p�
�' i�i.i 1L151�
�i �y
� -, `.
I � '`
------ -•-- L ','.
,�
.
� , '.
� `.
� �
I � � �`
� '.
� �
��
� Z +
�
� I �� �'
i ;
i
I �
I �
I ,
�
� f 1_�5� _ _:13_�5� _
:J 1�.
�,fo�ture C7ni�riC. ��� [
Constructian Control 5peci#ications
Minimum fl/o of Maxirnum bry p n i_
Canstructian Curve 97°Io
Wet-of-Oo[mlum Mpisture_R_ange for 97°I�
11.5% - 13.5°�0 {f 1°Io MC)
Mirtimum # af Rvller Passes
� rtqu+v. 4 roundt�ip nasses. Full lr$ mve ayNYEqUIrCd]
Campa�tian cur�es should be abtained
regularly with changes in material index
properkies and upon change in color or
texture far effectiae �onstru�ti❑n control.
M-D prabe depths should be �entered on
the center of th€ compacCed lift,
t cand � Unsafurafc4trr�x.���tesf, tQtaist.�Sssodlpa�mieler.
VLS - flnrrmhne7 CQrrroressr� 5trenc}!h.
Mearur� �lurs irtciude ru, y, fJCS, G m Frc� Swell, arrd C8R
!Sodked and unsoakcd], Calrukfc4 v��e.s +���lc,de 5, e, Na, r+
Patenf+�1, and Hes�lienl Moduru.s (soaked arY1 u++sa�k�'J.
vYef s�de perrfrea�'�rry in Fe�d n�t fartorc� in F� swrii tes[
rortd�r+on.
+ C6R bascd ar. i+eld mmpucict� srare.
1 P��rrL�ei irµeie+�fa�e+a37e �alUes.
Soil Sample ❑ate: 7f22j20z1
Lac; ❑n-5ike
tiesc: Llpper-baund, full soil range
"' Authorization By:
Print Name:
GraphicspowrredLyMe�lre��'a7ica Date:� Firm Reg.#:
LJse vf khis Corripa�tic�n �e5icn Repor: ("COR") is su6jeR [o all �cpyriyhLs aiic shall �nmply with [hc terms an� �nnditinns of all wftr,�are licer•ses applieade to the ce�er�tion oi this report. 7his C�R may 6c
usec in pra�ti�e solely For des gn analysis purposes Por �he above FI li':!"Fill' ; anC Project, ard �ne use oF this CaR ror any o[her �se vr f I I'R nther than [�at Fill or For any ���r�ose s not perrni[L�c. This rcpnr.
appl�cs on y L� lifu c�rripa�Led �ver stlFf anC �nell��ompa�ted lifts anC suh5radcs. N� par: of this C�R may he �op ec, tl�wnlr�ade�, storcC in a rctricval sys[em, furtf er [reismitted, or o[hc�ise reprnd�cec,
stored, disseminated, [�ansFerrec, or usec, in any inrm nr hy any ^ieans, except as peemil[ed in writir�r, hy Ra�e En9ineenng SeNlce5, Ltd. �a�h reprc�d��tion of a�y part of [� s C�R rrn�s[ �ontain all �opyright
noLices an� rcSist�rcc �rad�mark dcsicnat'ons [�:] arid r'ar'-regi5terce tracem�rk de5ignatipns ;'"'}.
Vcrsion� 231.1 - 7-2
❑I ❑TF ❑ F,n�
8408 Ambassador Ro�v, Dallas, Tx 75�47
�� �� Texas Engineering Firm Registration, No. F-1572
Corporate Phone: �214} 630-9745
E A R T H W a li K S ���T� �ompa�tion Design Reporrt
Project Number: 21-25332 FiIJ: Foundation Report Number: 25332-02
Project Name' Walsh Ranch Phase PA3E Remarks: 5ubgrade Re�onstru�tionRepork aate: 8j5�2021
Project �wner: Quai! Valley Lantl Campany, LLC Pradu�ed By: Gary H❑ugardy
Control 5pe�ifi�ations and Raferences
1�1in °Io of Max Dry �ensity 95°/0
Resilient M❑dulus Method AA5HT0
Compacted Fill Property Requiremar�ts
Air Voids Percentage 6.7°�
Faetor of SaFety 1.1
oesign Compaction Conditions
Loose Lift Thickness {inj 9
Compactor CAT 563 �ynamic Hlgh
L15C5 Classification CL Ranges
5pecific Gravity 2,68 2.66 - 2,7p
Liquid Limit (°/o) 47 45 - 49
Plasticity Index {°Ia} 27 25 - 29
Plastic Limit �°�o} �0
°Jo Fines {Passing ik�00} 85 83- $7
�Jo Gravel [Retained #4) 2 1- 5
°/o Sand �Passing �k4] 13 8 - 16
Lift Properties at 95010 Campaction on Canstruction Curve t
� {�Io}
V [�bslft3]
5 (°Io]
e
Na (°r6�
c� Potentia! (°Io}
LJCS {IbsJft�}
c [Ihs�ft�]
QJ {�}
Free 5well [°�a)
CBR� (°/n}
CgR* �°lo}
Res Mod �Ibsjin�)
Res M❑d (Ibsfin�]
ASTM D 2156
ASTM ❑ 285a
ASTM a �850
asTr� 0 4546
Soaked
lJnsaaked
5oaked
lJnsaaked
Dry 5ide1
13.3
107,9
64.8
0.55
12.5
+7, 2
6,356
1,986
26
z.8
0,8
28.0
1�27Q
21, 545
l+�et 5jde'
1�.1
107.9
83.3
0.55
5.9
+3,4
6, I35
�,152
20
1,5
3,2
�,3
�,733
9,114
I4lerance
�i�,� Mc
f�g'o
t3°/n
t3°Io
t3°Io
f3°lo
f20°/a
� 10°Io
t 10°Io
fZ5°Io
f 10°/0
f 10°Io
f 10°In
fl�°Io
!
�
�
�
�
r,
�
�
�
?+ l
r^.
�u�
a�
�a�'r cQrn acuan
-�-- -- • --
ioi.-9lbs;ft'
�a
.�
c�c. c,� �v
------ �;
.
.�
.�
Liit Construstian Cun e
w 1=l.S�f`.
Y : 113_6 1�35?�'
i �
; �
; � ``
.�
. , •. -�
i •'l +a
� �
-- --�- -- • -• • -- • -- -- '
� .
; I ,;\ '•
l `�
�
' �•
i � '•
i 'L .�
i ; � ♦
.�
i �•
� �
� .
E ,
I ,
�df.S�C ;17.1 c
-•- i � —
�
�'i:ri�hr `•nt r.; r•"
Construction Control 5p�cifications
Minim�m °�U_of Maximum Qry densitv_
Constructian Curve 95°�O
Wet-�f-b timum M i kure Ran f r 95°/e
14.5°/0 - 17.1°/0 ( f 1°Io MC}
Minimum # ofl�allQr, Passes
� {Fa;�iv. 4 �o�r.dtrip pdssrs, F.�dGR mvr a�e requ�red]
Compaction curues should be ❑btained
regularly with changes in material intlex
properties and upan change in �olor or
texture for effe�tiue �onstruction control,
M-❑ probe depths shoultl be centered on
the center of the campacted lift,
t c and �D - llnsaturated fnaxi�31 fest totdl strc•ss sail pararnetr'�.
t/C3 fJrt�rmhneu CCmp+C55� r� St�enyflt.
Mfasurcd valuesinc•luder�, /, f�'C5, r, �, FreeSrved; d7dC9k
�soakc•d und unsoaked]. C'ah'ula:cd vdlues inrlude 5, e, Na, �il
�'er.fial, �inOFeSiliCntM1lPdefl�srsa�fk[17d�flr,5WkE1dJ-
Wef siae permea��lih/ rn �ic•Id nvt �ado�� ir. rr� Swe�9125t
randrfro�.
� CBR Ges�r7 or r�cla rcmpact� srare.
. Pra,7ef[ics fE�uEser.f aVerayE v,7f�Cs.
Soil 5ample date: 7j22j2021
Loc: On-5ite
aesc: Lower-bound, predominant soiE range
Authorization By:
Print Name:
r,rau��rrspcwc•eday,^rarh�-r,,,r,�,� � �ate: Firm Reg.#;_
Use aF [his �nrrFan qn nesisr �epon ["CL'R' ;• s suhjed to all ca�yrigfils ard shall �or� y wi:l• [he lerrrs and �andi[inns nf al srf[w�re li�erses ap�li�ahle tc� ifie gereratior oF ��is repo-t. "his C�R may be
LISerJ If Ffd['iCe SQIC }' FOf fJCS'Cn andly5i5 �Jf�p5e5 F9f L'le dh[Ne �II IiR ;"�III�� ard P�oie<<, a�d ;he use of ���is Coa `or ary nhhe� Lse nr ri I�F[ o[I•er tl•an Lhat Fill nr for ary p�rpose is nnt �ernit-ecl. -'iis repn�t
app le5 only :o I-Rs �nm;acled o��er StiFf afd well-cor-i�ac[ed li`tc arrJ g�b9redes. hn �a�t of tfiis CL`R rray he �naier, don•rloaded, slored in a retrieva systerr. fL��f�er Lrnnsrritted, pr pll�erwise re�rod��en,
gtored, clissemirated, :��arsFer��ed� cr used, �n �ny fnrr or by any rreans, ex�e:t �5 permi:[eC in writinc by ��re Er:�ineerinc Servi�es� l td. F�r� �e�fo�uRiOn of ary �d"l qT [r15 Cafi fT1L5l Cnf'lalfl �II CpGy�JhC
ro:ices and registe•ed :rnder-drk desic�atlor5!t�'•�rc] nvn recistered [rader'a�k desicnatiqr5 ('"',
Version: 2 3:.' � ] 2
PI.ATE A.6�b
APPENDIX B
Ra�vE j
.�
FIELD EXPLORATI�N
5ubsurface conditions were defined by 55 sample borings located as shown on the Boring
Locatian Diagram, Plate A.3. The borings were Gornpleted at locations staked in the field by F2one
personnel. Tl�e borings were advanced between sample intervals using cantinuaus flight auger
drilling procedures. Field and la6oratory test results, sample depth, de5cription, and soil
classification based on the Unified Soil Classifi�ation 5ystem are shown on the Lags af Boring.
Keys ta the symbols and terms used on the logs are presented in Appendix A.
Relati�ely undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter
tub� samplers at the locations shown an the Logs af Boring. The tuhe sarnpler cansists of a steel
tube with a sharp cuttir�g edge connected to a head equipped with a ball val�e threaded for rod
conne�tion. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil
specimens were extruded fram the tube in th� field, logged, tested for Consistency with a hand
penetrometer, sealed and packaged to limit loss af moisture.
The consistency of cohesive soil samples was evaluated in the field using a �alibrated hand
penetrorne#er. In this test, a'/a inch diameter piston is pushed into a relatiuely undisturbed sample
at a constant rate to a depth of approximately'/ inch. The results af these tests are presented at
the respective sample depths on the Lags of Boring, Vlrhen the capacity of the penetrorneter is
exceeded, the �alue is tabulated as 4.5+.
Sarnples of stifF andlor granular materials were obtained using split-barrel sampling pracedures
in general accordance with ASTfVI D158fi. In the split-barrel procedure, a disturbed sample is
abtained in a standard 2-inch QD split-barrel sarnpler dri�en 1$ inches into the ground Using a
140-pound hammerfalling freely 3D inches. The number of blows forthe last 12 in�hes of the 1$-
inch penetration is recorded as the 5tandard Penetration Test resisfance �N-value�. The N-values
are recorded on the Logs af Boring at the depth of sarnpling. The sarnples were packaged and
returned tv our laboratory forfurther examination and testing.
Groundwater observations during and at cornpletion of drilling are shown on the Logs of Soring.
Upan completior� of drilling, ihe boreholes were ba�kfilled with auger cuttings ta ground level,
�
R�N�
LA6QRAT[7RY TE5TING
�aboratory tests were performed on selected samples retrie�ed from the borings to e�afirate the
engineering �haracteristics of the subsurFace materials, and to provide data for developing
engir�earing design pararneters. The subsurface materials recovered during the field exploration
were described by an engineering geologist or senior staff inember in the field andlor the
laboratory, and wer� later refined bas�d on results af the la�oratory tests performed,
Classificatian Tests
Ail re�o�ered soil samples were classified and described, in park, using the Unified Soil
Classification Systern (USCS}. Visual classification of soils was �erified by indextesting, including
r�atural maisture content determina#ions, Atterberg limits, and gradation tests �percent passing
the IJo. 20Q U.S. Standard Sievej. All testing was perforrned in general accordance with
applicable American 5vciety for Testing and Materials �ASiM} procedures as follows:
Test ASTM 5tandard Number
Atterberg Limits Q4318
Percentage af Particles Passing the No. 200 Sie�e Q114D
Moisture Content a2���
Swell Test D4546, Method B
�welf Test
In the suuell test, � sample is placed in a consolidometer and subjectetl to the estimated
averburden pressure. The sample is then inundated with water and al}owed to swell. Moisture
cantents are determined both before and after comp�etion of khe test. Test results are recorded'
as the percen# swell, with initial and final moisture content. Detailed swell test results are
t�bul�ted in Appendix A.
�
APPENaix C
The Gevprofessional 6usiness Asso�iation (GBAy
has prepared this advisary tv help you — assurnedly
a �lient representati�e — interpret and apply this
geoteehnical-engineering repork as effecti�ely as
possihle. In that way, you can benefit frarn a lowered
exposure to pra�lems associated with suhsurtaee
conditinns at prvject sites and development af
them that, far decades, have �een a principal cause
of canstru�tion delays, cast a�erruns, claims,
and disputes. If you ha�e questions ar want mnre
information abaut any of the issues discussed herein,
cantact yaur G6A-rnember geotechnical engineer.
Actir►e engagement in GBA exposes geotechnieal
engineers to a wide array of risk-eonfrontation
techniques that can be af genuine benefit fnr
e►reryone in�ol�ed with a canstruction project.
Understand the Geatechnical-Engineering Ser►�ices
Pro�ided for this Report
Gentcchnica: en�;inerrink Se:vices typica,ly :nrlud� thc plannin};,
�c�].rclinn, i��[cr�Y�[atiun, an�� anulysis of �.Ypl��r��c�r�� data h•um
�, ic:ely spaced h�ri n�s ancj; c�r [est pits. Ficld dal'a are mi:'.hincd
ti, i;li res�.lts Frnm .a��ralor}� Lests nf'sni] �nd r�c:+ s,t«i4,l�s o6rain�d
li u_-z f�e:d e�}�Ic�ra[icm fif a��E�l;�ahlc}, c�}�yer�-ati�aii5 rnacic during s:tc
recc�nnaiscan�e, aiid hi.t��: i�al infurmatii�n te� fnrn•. eme ur ennr� ir.c�dels
❑f t!ie cxpc�trd Suhsurfacc �s�nd�ti�iis l7eneath [hc si�c I.e�cal �;en�vgy
and ��.I[r: atic�n.s ul lh� sitc tiuria�:e znd suhsurFacc U�' E�r��•inus unc�
prr�posecl cr�nstructitm are alsn i�ii��nrtant �nnsi�ieratiuns. Genterhni�a[
e�lginccrs applw tlieir en�;ine::ring �raininb, txpericn�c, and �ii41�,n2rnt
[u ai{n}�t [hc rec,uire�:�ent5 ut [hc ��rus}:e�:i�z }�roje� [ Cu [hr till��ti41��1:5[e
iii���l�l[s'r. Estimatcs arc �-iade nf I he s�:hti�_irra�e ccsncii:ic�n.� [hat
SL'lI� �1ICe�1' I7� �C�7[]5CC� L�Ll1"'.115� CO1�5[I�ILC[1U11 �15 1ti2�I us the cxpccicd
��CrfS��rn�.��:�r c�F Fc�und�aliun� n:i� �ther s[ri•.ctu,es I�ein� ��l�inn,:�t andlor
�f�2ited Ihw �e��ist,'uiti�5n a�liVities.
Ti�r culmi:ia:in:i of [kirsc genlydzniC:tl-enr;incrrin� ser�itCS is t�'�ieal�ya
�;eu�ecl�ni�al-en�;ineeriil}; repart ��rucidin�? tlle t{:�la e�hiaiiiecl, a dis�ussion
of tlie subsurfa�r �nndel(s), thc ei��iii�erin� and ��ala�i� e��gineering
�155C,ssrnCntti :1nc! analYhe� ii�.�cle, anc{ lhe r��om�nc�•.�ia[ic�ns cl�relc��ied
[c� salisf4• � nc �ic-en rcyuire:i�cn�+ CS� IIlL' �71'C112CL T�lt'tif TCpurt.ti niay he
�ideci in�e�ti�;atiuns. cx��.nr.uiniis, studics: �sse5srn�nts, e�r rva]u.�Lioits.
R�gardl�ss car thc [itle usec�, lhr �;ce7[c�k•,n.cal eii�;inccring r�pu� l is un
en�,i�:eering :nterE�reta�ian c�r d�e SLt�saurfi�e �crn�litic�n� tit'i[IZiT} the cisiitexi
�f tl:e E�rniect and docs �iat i�{'resent a �I�se csa�::in�itinn, sys[c�naLic
i:i�uir;', t�e' [lic�� ough im•esti�aliun i�; all site and s.ihtiurface ione{itiuns.
Geotechnical-Engineering Ser�ices are Perfarr�ed
for Specifie Purposes, Persvns, and Projects,
and At 5pecifie Times
C�cnlcclinical rn�inc:�rs �tru�lurc �heir ser�ices :n meeL tt�e specifit
n�eds, gaal;, anc� ritik man:i�;�•nten[ ��r�Icren�ttioC [I:ei: �li�n[�. A
ge�He�hni�al enkinceri���, titudy tcai�dti��rd fvr a given civil en�,ineer
�vill nol likely n��ct lhc nerds o�a ri�il-�Mnrks roi�s,ru�Lar nr etier a
dit�crcnt rivi: en�ineer. E3c�ausc ca�h �ec��e�hniral-en�;inccrina ti�ud}-
is unique, eac:� bec�terhnieal cnbinee:ing repnrt is unique, przi arzd
so��'.Iy fc,r ll•.e C.ienl.
i.ikewise, �ca[e�h�;ical-e�igiiiecrinr scrvices are performed fc�: a specific
prsaje:i and purpc�se, For r�a�np'.c, i� is unlik�ly that a g�ni��hnicnl-
en�ineerin� study Eor a rcfri�crated warehousc will bc [he satne as
nne prepared fnr a;�arking garabe; a:id a f���� 6nri�igs dri'.led duri:�;
1�7i�Z.in:in:1[�Y' slLlc��' Lu C�'tllGlle sile feasihilily �rill >>u� he .idec�ualr l❑
devclnp sa*e��terlinica3 desi�n recon��z�cndalic�ns tnr �he projert.
Do +in; r�2y n�� :J�l.; r epn� r i I yn� r gr�ile�hnieal rn�; ��e� r prep:�� ��i ;�:
• for a dih�erent �lieei[;
• fnr a di�lerent �re�ject n�• purpose:
. fnr a diil'e� en� sne [trtat ma}�ar may no� inctu�ie :��1 or ��nrtic�n of
the or,gina� sirci; c�r
. bc.`nrc'.rnp�� tan� erents n�u�rred at tF.c si[e or adiae�nt to it;
r.g., rnan-ma�le e�•ei•.i.ti like ca7ns�ru�tion t�r en�•irnn�r.en�3!
rCniediaticm, or ilatu ral e4•erits like floods, droLi�;hts, earthc],�.;t.�es,
nr �roLmlwatcr f]ur�L;a�inns,
Notz, tu�, the reli,ibility oE'a geokethnical-enbineering repor[ taiti
be K�ieited l�y the ;�assanc c�[ time, �e�ause c�t fartnr, like changed
suhsurfaa'e rc�ndiiion�; ne�ti� ur m��cii[ie�l ���tiles, stantlards, nr
regulations; e�s ue�v techniaues or t�ols. I�you ��rc :h� leas: b�� +�r+crrfrtill
abn�it [ae rnntinued relia�ilin' of ihis rep[�rl, cn:�[ac[ ynur gentechni�al
�ngine�r nelane ap��lYing lhc r�cc�mmen�lalions in il. ,1 minur ar.wun�
nt addit,onal testinb nr analysis�[ter the �assa�c ol tinie iE any is
reyuircd a� n`.l - cnLiid preveitt major prnblems.
Read this Report in Full
C:ustly prc�hlem.s h:x��r [�C�urred l�e.au�e l'h��se i��l�•ir�� nr. :i g�u[e�hni�:11-
e>>bineering rcpart did not read r},e rcporr in its cntirct}. i7c� nu; rclv on
an e�eeu�i4e tiummary, Do ���.l�l s�l�ctii� �lcm�n[s onl3•. Ruir! a+�c7
rcf�'r t�3 17��• ie'r�crrl ill�!l�l.
You Need ta Inforrn Your Geotechnical Engineer
Abaut Change
�'cur �cn:�•chnical ensa*ineer �on�ielcrcd iinic3tic, praiec[-s��cilit fatL��r.:
�v}�.e�i dercic�ping the �cc�pe uf �tudy l�ehind Cr,is repor� a�ld ciere��pii:�,
[he �nnfrmati�m-d��cndcnt �ccnnuncndar,ans tl,e re�-,c�,r rem�•ey°s
1'���i u1 �han��s rh:3r ..o��ld erc�cle t},r reliahilil�� c�� �his repc�rt i.l�:ltid�
thnsc that af�cct.
■ I:�c SiLe'S 5i2c or 5hape;
. thc cic�'ati�n, e�ntiguratinn, lc��alic�n, c�ricntetit,un,
1�iiz�t:rnt or srcight n' tlie :+rc�pnsed s[ructi�re ,tnci
[he ��rtiir�d p�rCnrrnan..e �ri[eri<i;
. the �c�iii��c�siPie�n c�i the design :e.iin; c�r
. :+rc�jr�[ n��nc�'ship.
�ls a g�neral rule, u?ri•rr}�s infor�n �•c�ur bcnfe�hnical en�;ineer nFprojec[
nr Site �hangcs c��cn minnr c�nes - and rzques[ an assessrnen: nFthci:-
irr,��a�t. 7ir� S�o���1���r[r[cr��i��rc: •,rh�ajir�prirrrlthrs r�'(�a�! r:�.�zrrc,trurep�
! ■ ■
- rin � or
�
� n�c
n in��
r espni isiUilit}' Ui' lictblCety for prvb+e rri s t�i a� aris� beicarise [he � rr�t�� ],� zrcrzJ
C r7b�flleef' li•� rs r i[� [ r n}ol'n7Cci r��JU r! t r�c •: � ic�P v r7 i r: [� t Iz <<� i, � Y! � � 7 U t� t � r' 4•� � s �
�.,�� ��rlr' 11a�.�e� � z„�srr�rrC[l.
Most of the "Findings" Related in This Report
Are Professional Opinions
I4eli�rr �anslru�linn h�•�,ins, �rc�Lr�hni� al rn�;ineerx r���lc�rc u sileti
su.�ycrFs�r using �'a�:���u sanipling:md �estins �rurcd:.res. Ci���[���l�r�(cr�[
��r�i���r�s rc�;a c�bs�:rvc' acr�rr�f sul�>rrr�a,.-� i'r,r,ti�iu�rs ���r�r r[ rizr:sc sr���.-rfic
dncu:i��n.s i��hr.resciratl�fr�r.� r�rred ;c;l�ii� rs �>c'�yi�o'iricri. Tlic �{�la �ieriti�il f�r��it�
Ihsl sa�npling:ind Ichtiit� ti�cr��:�w«Wes E�y y���:r ���,<<�hni�alcn�;inccr,
�hn tk�en ap��licci prntessinnal iueiacrnen� �n [��.'lll (]�?I111C1115 a'�c�ut
xuhsuri:�cc cuni�ilinns IliruughquL LEie sile. rle-4�.�ak silewi�i�-su,�sur�ace
cunditi�ns may d:t'.cr -�:-ai be si�❑iF�ran�ly� - fron, [fi��st� indi�a[ed in
lhis r�Pnri. C:c�i:irsn:t lha� risk hy r��,iining �-nu.` �,'C[][CC.I I7lCF.� C11�1Cf'.L':
ln .;rrti'c can llir.izsia•� Icarr� llir��ut;h ��rc�jc�: �cmiplelirin In c��[:i.n
iutarmed ��:i:'.:mc� Uuiekl}', cvlienc��er nezd�d
This Repvrt's F2e�ommendations Are
Canfirmation-Dependent
Tl« r�;nninzcn�i:��iurF.ti iii�iucl��<l c� il�is rrl,�,r� - iu�lc��lin�;�snr�.7p[tuit.i.�r
:IIIl.'.111:11H'4'�-:LI�CCI�ilfl!'111:.S14Hj-LIL'�i11111�n1 l�iu�li�r�ti•��r�l�,[h�5':u�rn���
lin���, ��r:.iu.e llZc ��,�nlr�ltmt.Y rri�incri wf7s+tlesc'�>>��i�i l��rr�t rrii�nk hcati dr
�m ju�iLr�ninl ,����.I .y,i�.iiui� �u�]u:,u. 1i,�3r,,��ul�rchiiical r���;uic�cr c:ui iin:c:i.:cr
fh� rr��,�tiin��iul:Hii��ts��i+l'�'olii+'i;f�iirs•r�f�,�ct�e�ri �tcl��rtll��ir�'�i��r�tfii�r�s
��E�nseclelurin� �e�;s.ruelinn. ill tnrc�u�;ii nhs�r,,��inu yn.�r �e���rchni�:;il
cn�cncEr c[�atlii�n� I�I.lI 1�1L' Llf�1LL]�1U1�.� ,�s.utn��l i�� ��;sl a�lu:�ll�� cl�, s'�i.,t,
il'� r�cnmm�:n��.11j'�IlS4�tin h� rtlicd �.�E�rm.,�1:iSIR1iII]� llllliCE}4'I�CE�t11��Ct15:1Ve
n��i.nrr�l.'f?<<'.�:nl<<l�uri'r�?,•r{�rrrc�r uJru��r,f!rr�',�,lr?�r, �,r�c�r'r.���faurr�.:,r����e
�-i�yptni_ibi?r[r�irf��rliillt�•h,�-c:o��(i���rr��lr�ii� ����1��'ucir���1�L[]r7iI7iLYi[fuliurt5��rvir
!irr� rn rrrr;+i rhal��+{4i+let�r �n n��rj��r�+� it�;�rtrrrr+in�� u:�ser•.rtinr!.
This Repart Could ee Misinterpreted
plhcr drsign profrssinn:�ls' -�i�inlerprr�:ti[ion oigrnlrchi:`.r.�]-
ri��iiic�rir.�; reF�Ui ts has r�sul�c�d in cos.l}' prc�hlerns. Got'fru;tl ;h:1� :isK
bv ia�•i::;vnur�eotechnical�tii`;inecr;,r�•easarnnlii:uii:�,memhcrnf
lhc c'.csi�n l,am, lo:
• ����,fer c,`kh oihcr d�si�n-�can: meml�ers;
- lirl4� �c�•clnF $�7CL1IIi:lI1f1C5:
• rcri���� prrlinrn� clrnienlv c�i n�lticrilrsign �+roirssic,nalti pl:�::s anci
s..r�iFicatiuns; n:�cl
• he:nailablc �.I�riiever�cntccliniriI-c��giiiccringguida�irc �.c nrcc�cE1.
Y[�u shn�ld tlso �c�r..`resr.! the risk of �oc�str�.i�tc�rs niisic-tcr��rctin�; tl;is
r��,url, Llr!so hy r,ri.�in�i:�,�•or.r ti���ie,kl,ni�al r,i�ni_ieer :o ;�wrticip:i:c:n
}'1'Lh1[�:llli� ��i'E'C1113��1i1L�'l!Il Clll'ill'1'L'll�l'ti.i[li� �il k�Lf�[71'll'. 61111:[CLlI��[lll-
��'i,ise observaiinns.
G��e Constru�tors a Cornplete Repvrt and Guidance
Su�ne utL�iiers:tnd dcsi�ii E��n'.rssinr.als mistak�nll•E7C�IL'�'C [�1L'�'C:.II �:�itt
unan[i�i4�a[eci-,��f �•.i�r'aec �nnclisinns !i�hility tn �nns[r�.i�ti�r� :�}' lir.ii�in�
the iuti�rina�ic�n iLr. �:ru4•idt �i,r Ui�l .�rrpar�i�kan, Tc� :iclp k,:c�ent
k�ie cust:�•. �on'.en�io�is pro`.�le:::s Ihis �.ra�tire lias �auscd, incl•.ide �h�
�nii.4�lc[�gc:u[c:h[lical ciis;ine��ingrc4�c�rr,:i:��n�r��:�lhllll��'11L:.Chrr.ci�:.5
c�r aE�}:en,3ices, ���ll�l }'S]UC C[][llli�ti� [:ocui,�eii;s, Urr[ bc ��rG�i+i :u +���tr
���
innsl>ie'�ic�rrsfNtl�r3ryar+v�� r�rrhrrlc•�d �I�e r�zrt!�ertr�� �rir r1�p�r�ru�;ia�r�purpr�;cs
r�ni��. 1'o a�•oid misimrlerstancling, y�;�,,,,,y-.�ls�� �rai�� la nn[e lhat
.�inlc�r:nalic�ca. ��urpnscs' n��ai:.r �nn5[rucCnrs hatr nn ri�ht tu ��ly` ntti
�lieinte�nr��[.lL'[][1R, (1�];Ll1Lf1:5. �[li1C�Liti1[511�, (5Y r�'CU!'lll".L'lliia�i�,ns in ll�c
repcart. Bc certain �hat enns�ru�I�ry kna�+,' :hc}� rn�p:carn ahn:it s;�E�ci`i�
?rnjec[ rzeit�ir�:nent., iilcludiizb n��tinnt Be.�CCted lr[�i1i ih� CCJf1i'[, ��rll;�
Frc�n�. Ih�=aie�Sl�?ll L�1",llL'iuks an,� spvciF[a�in�1.S. l2en�ine] �c�n,5tr,:rtur.s
tEi�+[ I1ir1' i".:ay p�� fnnn thei r ��vn s[udics it [he� �va��L [�. ancl [��� sz�ri° ;o
uilni� r�i�:rikl� fi��rr h� pcn:iil ;hem to do sc�. [l�,ly :hc„ �l�i�;h[ y't�u lae :n
���e�sili��n Pn gi+,•e �e�ns�ructrsrs t.�e� inf�rrnatic�n availahle to tic�u, whilc
rey�;ir`.ng'hcrn t�� at'.east shar� �umc nf thc lina;icial r�spemtihilitiis
Strm�iliii� f rc�r2i unaii[i:.i� aled candiliunti. C:cnidurtiil�, �]rt'�i;i ;tilcl
�r�r��n�is�ructi��n ctri7l��r��i7��s �aii al��� he �•aluahl�� in [}iis re.r���t.
Read Responsibility Prv�isivns Clvsely
5��ne clicnt re �resent�lli�'es. c�csibn ��rufC55iUna�S, :lrt:l cVnStYld[tUfs dV
nn[ rrali�.� lhai gcn[irhnical enginecring is rar less exa�t �hn�i otlicr
rii�;ir�erin� �ti�ciplints.7liis ha���aeiis in partl�e�.ui�e snil aild re��knn
�:r::jcr' sites ,�re t�•�ic�lly hz:er���eneoi:s aiid nc�t rn.iclti[acturr.l in,1[�[i�11ti
�vi:li �vel: dclinzd �ii�ir.ecrin; prnac�-[i�s li�ce :tecl .�n�1 cn�i�rctc. Ih:tl
lach nfunders;anaiinry nas nurlurrd unrcalisti� �xpe�laliems [lial havr
CL'SCI,I'.L� lll LI�51�laUllll Ill[:[1:5. LIe.L�.�, rotit c�v�rnins, cl��i�ns, :�,-d dispu�es.
I n cnn[ror.t �:i.il ri �k. t�en<<•chni�al �ngiiie�rs �nrn,nnniti• :n�lud�r
�s��la�'.ali�r)' ��rm•is`.c�ns in �heir re}u�rl.;. Snmrli.nes la��ele�l "limila.ini�s;'
man�- �i thcse ��rc�wisions indirate evhere �rc�:c:chn:�al en�;i:ie��y'
r:�pcm.sihilities!�egin :uici c:ul. :c� I�elp n�h�rs rc�n�;ni�c• �heira��n
risperosihili'iesan�i ri.sks, herid�I���;ejlrc<<�rsoi�s��r�s�d}'. 'lsl:yu�ts[iouti.
1�v.n-�;cc�[cchnical �I1�1llCCr S�if]L'I[{ T:'y��pl7LI fl1l,y and ;r:uikl}•.
Geoen�irnnmental Concerns Are Mot Ca�ered
1 he.�crsnnncl, �cluipmenl, anel [rc:liniyues L;u'd lo p�r[i�rm an
enrirni:me�nlal v.�:�lv - e.�.. u`phasc�-ciile" ��r "}�huse ltiti•ci' e�min�nriirn[al
si[� :us�'ssrncnl - dif;tr si�;nif.caull� iroi:-. [: use uti��l In pi�rr�rn: :i
�cc�:ccl�nica,-r:�ginccringslud� Fnrth�,irca�nn,a;;rn[�[htlica:ci:giileeriil�
rep��rl dc�cs nc�� usually;�ru�•idr enririonn�enLal fi�i�{in�s, �un�lusinns, [�r
rec:on:n:cndatinnh, e.g., :-b���:[ [hc likcl'.ha�d �renci�un<<�rin}� undce�,:zsund
s��,�age [a:�ks [ar rc�ul,itcd cn:ilamir,an,s. L'rrc�+,ti�'i;�uir:t ii�t7s,�rri�� ��
r,�•.•;�nr�iu4�,�,�i F��a�;irli�s?�r��n• Icr{ tap,-uicr� ?�r%i!��rc. [i yu�� l�an•e nc�t
obta'r.cdyc�tir cm�ii eu�•iro�•. -icilEal iniurin::ti�i� :ihcsu[ tlzc ��rujce[ sitc,
atic � nur ;;tt�tichnical c:�ni,u:icint tur a rt�ml�nicnda�icr.� i�u hmv [o lind
cnvi���nnie�:l:il ri.�k-n:;ma�cn-<�nl �icl�tnre.
Obtain Professianal Assistance ta deal with
Moisture Infiltration and Mold
L1'h[Ir rc�ur brc�l�rchnica� cii�;i ir�r nja�� ha�•eu�t�inssril �rovn��v'alrr,
�<<al�r iittii�rali��i1. urs;rnilar issues in �':iiv :cpor:. tEie cit�in��cr's
sL: riccs �w'rrr nol d��i�ncd, :nnc;.��:icd. or . nttild�d :n pr�renC
ni�.�;i alinn nf inni.slurc - in�suclin� t�:ler ■,�E:c�r - linm .hc: .:uil
t`.•.rc�u��;li 'ai.iidin�n slahs and �r:ills and into tt7� b�ildiii� sil��riu:. «-:ierc
i! c,tn :�l7lSC Rl[7IiI �I C111'[Il ;llld in,itc:ial-p�rlrn �tiLI1Cf' (�CI1ClL'11:iL'ti.
rl��nrc{'.I1�,IV, I7YOpf'Y tiit�jL'lYTL•i!C[!tfl11! O� the [�C[]�L'Ci[111C[Lt Cf7�illL'L'7�5
rrcu�iime�irtre[i���s wil[ r:u[uf'i[self f�e stlf�iric•��1 fn prever�t
maisturc iriji[[+a[iox. [:�F+ili<�,+r [h� risk of rriaisturc ir2fi[tr a[in�i by
in�lnilin� hu�l�lin�;-�rnc�n��cur ir.c�lcl s}�r�ialisls on .I�c �lcsi�r lr.:�m.
(ieotecirnica[ e�igil�eels rare ��nt f�i�ildir��-ra�i�elu�r. or t�tolclspeciatists.
GEflPR�FIESSIUNAL
BU�iNESS
ASSQCIAT�OM
Telephoize: 3t] l ;'�65 -?J33
c-rn�iil: into�+}�:�c�pr��'.essinil�il.c�i-� �,�,•w�,�eoprofessinn�tl.c�r`
i':�,,s•r4.,.?f'I��i.c[�r��;-��.��,:,:ral"1u.�,�,., I..�,ri.i.��vr:i=is.�; Il�..�ll�.,.i��:�..�. ;+ir�:.ur.l����,��rcc,��'.ni:n"'.hi;:l�:i�ir.�rn�.�in�shul:n-.n��arl,by�a�.i}mrcnsrrlix.si:c'��ri,��yli�.�Lti
��ir.liil:.,e�� ct[rpI iti'illi [�Fi:4� .E:rciiic s�r�.'.�en p��-in�.>+.un l{s:.�i����.�i�. i �u�irpc ur n�.iri �vi.r es.i.�.c�irt t,�nr: �n� 'r�,�i� �.I�I. �I��,�.�..,,c-.� .� �rrml�:�•�I ��.�Ir ,�i.. .•.e esprr,a��i nl.•�,
����r'n!:.�un �,I S��t�l.n�nrl ��rlr :,i ,-�,i„e, e�' ::h�:l�irly� rr.,��.�.el• i:r �„��I: r�� r�s. l)n.�� n•ein`�--,��i [ �:1:1 �� «. -.i. �l��c�.i.:i:m. ui i.ti ��soic iny :i. a:nm��lrnir�.�;
�s, ��r a+ ar �:Irr.�r•ii
��I .�. -r�-�:, i oi a��s �inJ' �In+••alir� Si �-, ,n. ir�i;lu:�., ai c,.�cr e:•;ii•,� ih,rt .;i usr� S.ii+ dun.�mrr.l',ri•,'�:r,.� briny.� Uli �1 nn>••I,;i ii�dlil bc n;:��niii�in� u; c��;ri�I
GR-01 60 00
PRODUCT
REQUIREMENTS
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 03/19/2021)
9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 ASTM A48 AASHTO M306 **24" Dia
9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)ASTM A48 AASHTO M306 32" Dia
9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32 25" Dia
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST ASTM A48 AASHTO M306 **24" Dia
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST ASTM A48 AASHTO M306 32" Dia
10/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/A ASTM A536 AASHTO M306 32 25" Dia
CITY OF FORT WORTH
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
STORMWATER MANAGEMENT DIVISION
STANDARD PRODUCT LIST
PAGE 1 OF 3
**Note: All new development and new installation mahnole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement
frames and covers.
Updated: 03/19/2021
* From Original Standard Products List
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
Storm Sewer - Inlet & Structures 33-05-13 (Rev 10/13/2021)
10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-405-PRECAST**ASTM C913 10' X 3'
10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST**ASTM C913 10' X 3'
10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4 5-407-PRECAST**ASTM C913 10' X 4 5'
10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4 5-420-PRECAST**ASTM C913 10' X 4 5'
10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP ASTM C913 4' X 4'
10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE ASTM C913 4' X 4'
10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP ASTM C913 5' X 5'
10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE ASTM C913 5' X 5'
10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP ASTM C913 6' X 6'
10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE ASTM C913 6' X 6'
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET**ASTM 615 10' X 3'
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET**ASTM 615 15' x 3'
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET**ASTM 615 20' x 3'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP ASTM 615 4' X 4'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE ASTM 615 4' X 4'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER ASTM 615 4' X 4'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP ASTM 615 5' X 5'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE ASTM 615 5' X 5'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER ASTM 615 5' X 5'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP ASTM 615 6' X 6'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE ASTM 615 6' X 6'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER ASTM 615 6' X 6'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP ASTM 615 7' X 7'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE ASTM 615 7' X 7'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER ASTM 615 7' X 7'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP ASTM 615 8' X 8'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE ASTM 615 8' X 8'
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER ASTM 615 8' X 8'
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET ASTM 615 4' X 4'
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET ASTM 615 5' X 5'
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET ASTM 615 6' X 6'
CITY OF FORT WORTH
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
STORMWATER MANAGEMENT DIVISION
STANDARD PRODUCT LIST
PAGE 2 OF 3
**Note: Pre-cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to required to be cast in-place. No exceptions to this requirement shall be allowed.
Updated: 10/13/21
* From Original Standard Products List
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
Storm Sewer - Pipes 33-05-13 (Rev 03/19/21)
4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc (ADS)ADS HP Storm Polypropylene (PP) Pipe ASTM F2881 & AASHTO M330 12" - 60"
CITY OF FORT WORTH
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
STORMWATER MANAGEMENT DIVISION
STANDARD PRODUCT LIST
PAGE 3 OF 3
Updated: 04/14/21
Approval Spec No. Classsification Manufacturer Model No.National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K.Adeka Ultra-Seal P-201 ASTM D2240/D412/D792
04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001
04/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G Gasket ASTM C-443/C-361 SS MH
1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech Inc HDPE Adjustment Ring Traffic and Non-traffic area
5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area
08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
*33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
*33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia.
*33 05 13 Manhole Frames and Covers McKinley Iron Works Inc.A 24 AM 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged)ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged)ASTM A48 & AASHTO M306 30" dia.
33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N
33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N
33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia.
33 05 13 Manhole Frames and Covers Neenah Casting 24" dia.
10/31/06 33 05 13 Manhole Frames and Covers (Hinged)Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia.
7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS 30" Dia.
01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia.
11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia
07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia
08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32")ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
*33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia.
*33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia.
*33 05 13 Manhole Frames and Covers Western Iron Works Bass & Hays Foundry 300-24P 24" Dia.
*33 05 13 Manhole Frames and Covers McKinley Iron Works Inc.WPA24AM 24" Dia.
03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia.
04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and Cover ASTM A 48 24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)
*33 39 10 Manhole Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48"
*33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc.ASTM C-443 48"
09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc.48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone
05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60"
10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring
06/09/10 33 39 10 Manhole Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72"
09/06/19 33 39 20 Manhole Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72"
10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48"
10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60"
10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60"
Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious
*E1-14 Manhole Rehab Systems Quadex
04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc.Reliner MSP
E1-14 Manhole Rehab Systems AP/M Permaform
4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System
5/12/03 E1-14 Manhole Rehab System (Liner)Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813
08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious
05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790
*E1-14 Manhole Rehab Systems Sun Coast
12/14/01 Coating for Corrosion protection(Exterior)ERTECH Series 20230 and 2100 (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior)Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 11/08/2021
* From Original Standard Products List 1
Approval Spec No. Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 11/08/2021
Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)
*33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia.
*33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia.
*33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.LifeSaver - Stainless Steel For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.TetherLok - Stainless Steel For 24" dia
Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)
11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc.Carbon Steel Spacers, Model SI
02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI
04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers
09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"
09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48"
05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48"
03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel)
03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel)
for Non_pressure Pipe and Grouted Casing
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
*33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C151 4" thru 30"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30"
*33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co.AWWA C150, C151
*33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co.AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Epoxy 33-39-60 (01/08/13)
02/25/02 Epoxy Lining System Sauereisen Inc SewerGard 210RS LA County #210-1.33
12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series
04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc.D025LTP02(Composite Body)2"
Sewer - Pipes/Concrete
*E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc.ASTM C 76
*E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76
*E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL It 95 M h l , 98 P p ASTM C 76
* E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76
Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)
PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously
McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously
TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously
Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)
7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D3754
03/22/10 33 31 13 Fiberglass Pipe (FRP)Ameron Bondstrand RPMP Pipe ASTM D3262/D3754
04/09/21 Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe Group Thompson Pipe (Flowtite)ASTM D3262/D3754
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
*High-density polyethylene pipe Phillips Driscopipe, Inc.Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
*High-density polyethylene pipe Plexco Inc.ASTM D 1248 8"
*High-density polyethylene pipe Polly Pipe, Inc.ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
* From Original Standard Products List 2
Approval Spec No. Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 11/08/2021
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle)SDR-26 ASTM D 3034 4" - 15"
12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15"
*33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15"
01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15"
11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27"
*33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46 ASTM F 679 18" - 28"
09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034 D-1784 etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, In.c Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20
Gasketed Fittings (PVC)GPK Products, Inc.SDR 26 ASTM D3034/F-679 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp.SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO SDR 26/35 PS 115/46 ASTM F-679 18"- 36"
Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)
*Cured in Place Pipe Insituform Texark, Inc ASTM F 1216
05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813
05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA)Inliner Technology ASTM F 1216
Sewer - Pipes/Rehab/Fold & Form
*Fold and Form Pipe Cullum Pipe Systems, Inc.
11/03/98 Fold and Form Pipe Insituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504
Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only
12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867
06/09/03 Fold and Form Pipe Miller Pipeline Corp.EX Method ASTM F-1504 F-1947 Up to 18" diameter
Sewer - Pipes/Open Profile Large Diameter
09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe,ASTM F 679 18" to 48"
09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc.Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48"
E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company
11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 2736 24"-30"
11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe Triple Wall Advanced Drainage Systems (ADS)SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60"
05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72"
Water - Appurtenances 33-12-10 (07/01/13)
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe
08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle
07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC up to 24" Pipe
10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co. Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N H-14276N H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
ANSI/NSF 372 1"
01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc.#406 Double Band SS Saddle 1"-2" Taps on up to 12"
0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out
05/10/11 Tapping Sleeve (Stainless Steel)Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16"
02/29/12 33-12-25 Tapping Sleeve (Coated Steel)Romac FTS 420 AWWA C-223 U p to 42" w/24" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out
05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30"
Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
* From Original Standard Products List 3
Approval Spec No. Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 11/08/2021
Water - Combination Air Release 33-31-70 (01/08/13)
*E1-11 Combination Air Release Valve GA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A
240 - float, ASTM A 307 - Cover
Bolts
1" & 2"
*E1-11 Combination Air Release Valve Multiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2"
*E1-11 Combination Air Release Valve Valve and Primer Corp.APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)
10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502
03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502
09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502
01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502
08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502
E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502
09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
A-423 Super Centurion 200 AWWA C-502
10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502
09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502
08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works)WaterMaster 5CD250
Water - Meters
02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10"
08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6"
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc.DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp.DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc.Mechanical Joint Fittings AWWA C153 & C110
*E1-07 Ductile Iron Fittings Griffin Pipe Products, Co.Mechanical Joint Fittings AWWA C 110
*E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma Co.
Mechanical Joint Fittings, SSB Class 351 AWWA C 153 C 110 C 112
02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma Co.
Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products Inc.
PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products Inc.
DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
* From Original Standard Products List 4
Approval Spec No. Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 11/08/2021
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255)AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247)AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron)AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
*E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
*E1-26 Resilient Seated Gate Valve M&H 4" - 12"
*E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co.Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co.Mueller 42" & 48" C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co.AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co.16" RS GV (SD D-20995)AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co.Clow RW Valve (SD D-21652)AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co.Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem,
ASTM A 276 Type 304 - Bolts &
nuts
4" - 12"
*E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
*E1-30 Rubber Seated Butterfly Valve Henry Pratt Co.AWWA C-504 24"
*E1-30 Rubber Seated Butterfly Valve Mueller Co.AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co.AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson)AWWA C504 Butterfly Valve AWWA C-504 30"-54"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind.Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling Station
3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable)
* From Original Standard Products List 5
Section 2 –
Contract including street lights
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
Technical Specifications which have been modified by the Engineer specifically for this Project;
hard copies are included in the Project’s Contract Documents
Division 02 - Existing Conditions
Date
Modified
02 41 13 Selective Site Demolition NONE
02 41 14 Utility Removal/Abandonment NONE
02 41 15 Paving Removal NONE
Division 03 - Concrete
03 30 00 Cast In Place Concrete NONE
03 34 13 Controlled Low Strength Material (CLSM) NONE
03 34 16 Concrete Base Material for Trench Repair NONE
03 80 00 Modifications to Existing Concrete Structures NONE
Division 26 - Electrical
26 05 00 Common Work Results for Electrical NONE
26 05 10 Demolition for Electrical Systems NONE
26 05 33 Raceways and Boxes for Electrical Systems NONE
26 05 43 Underground Ducts and Raceways for Electrical Systems NONE
Division 31 - Earthwork
31 10 00 Site Clearing NONE
31 23 16 Unclassified Excavation NONE
31 23 23 Borrow NONE
31 24 00 Embankments NONE
31 25 00 Erosion and Sediment Control NONE
31 36 00 Gabions NONE
31 37 00 Riprap NONE
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair NONE
32 01 18 Temporary Asphalt Paving Repair NONE
32 01 29 Concrete Paving Repair NONE
32 11 23 Flexible Base Courses NONE
32 11 29 Lime Treated Base Courses NONE
32 11 33 Cement Treated Base Courses NONE
32 11 37 Liquid Treated Soil Stabilizer NONE
32 12 16 Asphalt Paving NONE
32 12 73 Asphalt Paving Crack Sealants NONE
32 13 13 Concrete Paving NONE
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps NONE
32 13 73 Concrete Paving Joint Sealants NONE
32 14 16 Brick Unit Paving NONE
32 16 13 Concrete Curb and Gutters and Valley Gutters NONE
32 17 23 Pavement Markings NONE
32 17 25 Curb Address Painting NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
32 31 13 Chain Fences and Gates NONE
32 31 26 Wire Fences and Gates NONE
32 31 29 Wood Fences and Gates NONE
32 32 13 Cast in Place Concrete Retaining Walls NONE
32 91 19 Topsoil Placement and Finishing of Parkways NONE
32 92 13 Hydro Mulching, Seeding, and Sodding NONE
32 93 43 Trees and Shrubs NONE
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing NONE
33 01 31 Closed Circuit Television (CCTV) Inspection NONE
33 03 10 Bypass Pumping of Existing Sewer Systems NONE
33 04 10 Joint Bonding and Electrical Isolation NONE
33 04 11 Corrosion Control Test Stations NONE
33 04 12 Magnesium Anode Cathodic Protection System NONE
33 04 30 Temporary Water Services NONE
33 04 40 Cleaning and Acceptance Testing of Water Mains NONE
33 04 50 Cleaning of Sewer Mains NONE
33 05 10 Utility Trench Excavation, Embedment, and Backfill NONE
33 05 12 Water Line Lowering NONE
33 05 13 Frame, Cover and Grade Rings Cast Iron NONE
33 05 13.10 Frame, Cover and Grade Rings Composite NONE
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade NONE
33 05 16 Concrete Water Vaults NONE
33 05 17 Concrete Collars NONE
33 05 20 Auger Boring NONE
33 05 21 Tunnel Liner Plate NONE
33 05 22 Steel Casing Pipe NONE
33 05 23 Hand Tunneling NONE
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate NONE
33 05 26 Utility Markers/Locators NONE
33 05 30 Location of Existing Utilities NONE
33 11 05 Bolts, Nuts, and Gaskets NONE
33 11 10 Ductile Iron Pipe NONE
33 11 11 Ductile Iron Fittings NONE
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe NONE
33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type NONE
33 11 14 Buried Steel Pipe and Fittings NONE
33 11 15 Pre Stressed Concrete Cylinder Pipe NONE
33 12 10 Water Services 1 inch to 2 inch NONE
33 12 11 Large Water Meters NONE
33 12 20 Resilient Seated Gate Valve NONE
33 12 21 AWWA Rubber Seated Butterfly Valves NONE
33 12 25 Connection to Existing Water Mains NONE
33 12 30 Combination Air Valve Assemblies for Potable Water Systems NONE
33 12 40 Fire Hydrants NONE
33 12 50 Water Sample Stations NONE
33 12 60 Standard Blow off Valve Assembly NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
33 31 12 Cured in Place Pipe (CIPP) NONE
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers NONE
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer NONE
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe NONE
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe NONE
33 31 22 Sanitary Sewer Slip Lining NONE
33 31 23 Sanitary Sewer Pipe Enlargement NONE
33 31 50 Sanitary Sewer Service Connections and Service Line NONE
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains NONE
33 39 10 Cast in Place Concrete Manholes NONE
33 39 20 Precast Concrete Manholes NONE
33 39 30 Fiberglass Manholes NONE
33 39 40 Wastewater Access Chamber (WAC) NONE
33 39 60 Epoxy Liners for Sanitary Sewer Structures NONE
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts NONE
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain NONE
33 41 12 Reinforced Polyethlene (SRPE) Pipe NONE
33 46 00 Subdrainage NONE
33 46 01 Slotted Storm Drains NONE
33 46 02 Trench Drains NONE
33 49 10 Cast in Place Manholes and Junction Boxes NONE
33 49 20 Curb and Drop Inlets NONE
33 49 40 Storm Drainage Headwalls and Wingwalls NONE
Division 34 - Transportation
34 41 10 Traffic Signals NONE
34 41 10.01 Attachment A Controller Cabinet NONE
34 41 10.02 Attachment B Controller Specification NONE
34 41 10.03 Attachment C Software Specification NONE
34 41 11 Temporary Traffic Signals NONE
34 41 13 Removing Traffic Signals NONE
34 41 15 Rectangular Rapid Flashing Beacon NONE
34 41 16 Pedestrian Hybrid Signal NONE
34 41 20 Roadway Illumination Assemblies NONE
34 41 20.01 Arterial LED Roadway Luminaires NONE
34 41 20.02 Freeway LED Roadway Luminaires NONE
34 41 20.03 Residential LED Roadway Luminaires NONE
34 41 30 Aluminum Signs NONE
34 71 13 Traffic Control NONE
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
Division 02 - Existing Conditions
Date
Modified
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast In Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast in Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/20/2012
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 11 15 Pre Stressed Concrete Cylinder Pipe 02/14/2017
33 12 10 Water Services 1 inch to 2 inch 12/20/2012
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber Seated Butterfly Valves 12/20/2012
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow off Valve Assembly 06/19/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast in Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast in Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A Controller Cabinet 12/18/2015
34 41 10.02 Attachment B Controller Specification 02/2012
34 41 10.03 Attachment C Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 71 13 Traffic Control 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 8 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
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 (If required by City)
GC 6.09 Permits and Utilities
GC 6.24 Nondiscrimination
GR 01 60 00 Product Requirements
END OF SECTION
:ii� ::.•li l.i:•li:�:
u.�r�- Eim runr•n;a.
pa,;c � ���,
SECTIQN Op 42 43
❑eve3oper Awaeded F'rajeClS - F'RUPDSAL FORM
Walsh Ranch - Quail Valley: Pfanning Area PA3E GPN: 1 u34�}•�
UNIT PRICE BIQ �idder's Applicatian
Prn�c�t Rc7n InfiFnn;�Lic�fi f�iddcr'� P�'nPnsal
]3idli�lilem Spccilicati�m i:ui:nl 13�d r
D�scrir[inn I:nie Price Rici � alue
V�. Sr�ti«n �n. lic=.tiurc {Ju:ir�liry
uI�1T V: STREET LIGHTING 114lPRaVEMENTS
1 9999.0��6 Furnishllnsta]I Uvalsh Ranch 14f1 Street oa oo ao EA $2 $4.6p0.OQ $3�7,2�O.DU
2 3A41.33C71 Rdwy Rlurn Foundation TY 1,2, and 4 34 d1 �0 EA 2 $1,500.nd S3,aoa.oa
3 3441.1733 Rdwy Ilium Foundation TY 11 34 �1 2� EA 8'L �1,2�O.�D 598,4dd.dd
4 J99°.O�U7 4-�1-4-�1 C�uadplcx Cap�er Eler. C��ridut,tor D� 0� QO LF 1�383 58.00 $83,D64.4�
5 2605.3415 �" GflN�T PVC SCH 80 {T] 26 D5 33 LF 10383 $14A4 $�45,352,�C1
$ 3441.1501 Geound 9ax Type B 3d d1 1{7 EA 39 $950.(7Q $3T,050.Ofl
7 3441.1771 Furnishllnslall 120-240 Volt 5ingle Phase 34 A1 2a EA 7 $9.500.[]❑ $9,500.(34
TOTAL IJNITV: STREET LIGHTING IMPROVEMENTS �753,576.�0
(.II�4"C!!`pi)It: u'(]H.II 'N;jIti:�RFlfl�:Il-yl::l'I I'AIILj�'h�Ei
3TANO.0.RR!'[]ti51"RCIf'LIO�ISPECfF[i'�L11[1N:1(3L'C.�4F.C�iS ]7ECVI�].i]PIiRAI�lAfef]kfUPRfS.fkICTS CilyPmjetrho IV��391
Fvan Veceiun hlay 22.2�11y
..�i.l:.1i Li F:..
I?.4'- 1Slli [�!t[ll'[ii:'�..
P�r: .�i'
SECTIQN fl0 42 43
�eveloper R�varded �'�aje�is - PR4P�SAL FORti9
Walsh Ranch • Quail Walley: Planning Area PA3�
LINIT PRICE BIQ
Pnj�cc� ltcm Infnrmaiinn
CPN: 1+�3�3��.1
6idder's Applicativn
Hidli;� 11cm Spci:if3ca'inn ifnil ul ]3id
oe.tcription
ti�, Seniun 1i�. Mcasurc Quanti
liid ti�nuniars
UNIT U: STREET LIGHTING iMPRpVEMENTS
[�ufal Cwislructiiln kSi
'['his 8id iK ,ubmitted by the ontity named belnw:
A�nnFkc
C:O1���TSF.R{:[]�STRUC'f1ON TX, L.N•
5337 1�' I('I I I'I':1 5'1 .
FOfLT 1�'UR'1 fl.'I'x 76119
Cnntractnr a�recg tn csrmplete W'ORK Tnr FINAL ACCEP'I';'INC"E ntthin
C[7tiTR4CT commences [o run as pro� ided in the General ['nndiflnns.
[3lcjdcr'� I'r��Pntiul
UnitPricc Iiid Value
$T53,57�. 6[}
3753.576.Q�
BY: BRUCK HLIG[�I V5
T1'1"[.h:: Prcident
U.�l' I' F::
3tl wnrkin� dqys ufteC 1he ��[c when [he
ti
cri � nr rrn� r wc�x �. i i w'��a, a Kn.:i, ���;��. ti �u: y r,�- h:
STATIDAkfIC'i7N51"LLICTN)NSPE('1FIt.'AT[�1NDC1f.'11ME��f'7'S-DEVELI]PERAWARDEDPRf)!E(TS ('iryprojer�Na I[?:i4��:
Fonn Vcr�bn May ��. 2�11'7
DQ 45 12
DAPPREQLIALPFICATIf}N STATF.MF.1-f
Pafgcl oiI
SECTIQN UO 45 ]Z
DAP— YHEQ[IALIFICATIa]�T ST�T�vIENT
Each Sidder is requir�d tn complete the information be�ow by identifying the prequalified contractors
andl�r subcontractors w17om they iniend to utilize for the major work t}•pe�s} listed. In the "Mainr Wnrk
�." x ro�ide the com lete rna'or v��a t�� z d cr' i n
D�artrncnt for.va#er and sewer and TPW for r.avin�a,
Major W ark Type
Street Light Impro�vemenis
�vntractorl5ubcflntraGtor Cvmpany hame
Canatser Construction TX, L. �.
Prequalif cation
Expiration Date
Q 1107f2U24
The uttdersigned hereb� ccrtif cs inat tY�e cantractors andlnr subcarrtractnrs descrihed in the tabie aba�e
are currently grequalified for th� work types �isted.
BIDDER:
Ct��iatser Constrtt�tian TX I�.P,
5327 V�'ichita Si.
Part i�L�nrth, T� 76119
BY: Br�x:k Huggin�
�� �
{Signatvre)
TdTLE: Presidern
DATE:
GTY OF F�AT WCAiI'H
0045 1Z_Prequallliratlen StateminR 2a15_o.dP.ducx
END dF S�CTIQN
Wa Ish Ra n�h - qua il Valley PA3E
City Profect No. 103494
nnaszs-i
CDHTRp,CrnR r..oM[�L[n�vc�,wrrx WpRK�-:H'S LqMPEt�SArion i.,aw
Page 1 oFf
Z
2
3
4
5
b
7
S
9
ZO
ll
12
13
7a
15
l6
17
1. 8
1'9
2[]
2]
22
�3
24
25
2b
27
28
Z9
30
31
32
33
34
35
36
37
38
39
SF.CTiUN 0� �5 26
CaNTRACTOR COMPLIANCE WITH �VORKEk'S C;UMPENSATIC)Iti I.AVd
Pursuant to Texas Labor Code Sectinn 4�5.Q96(a}, as amendea, Gantractar cerl.ifies that it
prowic�es worker's eainpensatinn insurance coverage fnr all nf i�.s emplo��ees employed on City
�'roject No. ID349� C�ntractar further certifies that, pursuant tn Tcxas La6or Cade, Scctinn
-00�.096{b}, as amei�ded; it wiIl pra�ide tn City its subcontractor's certificates of carttpliance ivith
warker's conipen5�tivri ca�erage.
CONTRAC'I'Q R:
�natser Cans#ructinn TX. 1�.P. By: Brock Hu�ins
Campany� (P�ease Print)
.
5:327 Shlichita 5t. Signature:
Address
Fort VU'orth. T3C 7& I 19 Title: �'resident
CitylStatelZip (Flease Prir�t]
TI�IE 5'�'ATE �F TEXAS
CQUNTY ON '1'ARHANT
�
§
B ❑RI; VIL;, the undersigned aut}�ority, an this day persanally appeared
C � 1'� , known ta mc to hc the person whase name is
s�hscril�cd ta the tor � irig iiistrument, nd aclrnowledged to me that helshe cxccuted the same as
the act and deed of �C r"1-�-- for the purpases and
consideration therein expressed and in thc capacit}' il�erein 5tat2d.
G1V 'I�f U�[DER MY HAND AND :�E;AL aF OFFICE this ��day of
�L 20�
l
Natary Public in and r e ta ❑f Texas
�>R•_�;�� ICAMRA HO�RI(i
r`��
�' � NdtuY P1f61xC. Stafe oFTexa�
a,'. II�' .'* Ca�m. E�ims 0811 S/2023
*•� �;�+ N l3 QF SECT IDN
Notary ID 13213 td2-B
CITY OF FORTI�VOR"1"f!
ST.hhTT]ARFJ C(]�ISTRLfC f iC71� Sf'E�,[:1HIC:ATION DqCiJMFNTS
Iterised Apn12, 2C114
W81sh Ranch-{luai] Va]leyPtiL
City I'roject�Io. 1�3d94
QvCu$ign Ernebpe �Q: 09Y89F5C-�B67-4BB7-9EC8-AE5EE35887FE
W 52 'l3 - 1
L]e ve iup er A,w�� p�j ecx ,qg�ii c q;
Pagc 1 nf4
12
13
14
i5
IC
i7
18
19
20
2
SECTI�N QO 52 43
AG R�FMF1�!'i'
3 TAIS AGREEMF.hT, authorized an is made by and b�iwcex� ihe D�;�eloper,
4 Quail Valley L]e�co III, LLC., authorized to do business in Texas {"I7eveloper"} , and _ Conats�r
5 ans ru ion '1'X. I,,P�,,, authUrized to do business in Texas, acting by aiid through its duly
6 aut�arized representati�e, ["Cantractnr"),
7 Developer and C:ontractor, in consideration o£ the mutua� co�enants hcrGinafter 5et forth, agree as
8 fallaws:
9 Articic 1. WC]RK
to Cnnlracfor shall cornplete all w'ork as specified or indicated in the Cantract I3ocuments for the
11 Project id�ntificd licrcin.
Arti�ie 2. P]��JEC:T
Tne project for which the Wnrk under the C'vntract I3ocuments rnay be the whale or on[y a part is
generally described as follows:
Walsh Ranch�uail Valley PA3F�
Cit� Project No.: 1U3494
Article 3. CUh'TRACT T[ME
3.1 Tune is of thc csscncc.
�111 time limits for Milestones, if any, and Firial Acceptaz�ce as statet� in the C:vntrack
Documents are of the essencc tu this Con#ra�t.
21 3,2 Final �.cceptnncc.
2Z Th� Work wi11 be ccxmpiete for Fina� Aeceptance within 3[) w�rking days after the date when
23 the Cor�tra�t 'C'ime r�mmences to run as provided in Yaragraph 12.C14 of the Stand�u-d City
24 C.onditions ofthe Construction Contract for �e�eloper Awarded 1'roj�cts.
25 3.3 I.iquidatcd dama�;es
26
27
28
29
3�
31
32
33
34
35
Contractar reco�nizes that time is of the essence of this Agrcement and that T]e�el �per wil l
sufFer financial Ioss if thc Work is ncft ec�rnpleted within the times specified in Paragraph 3.2
above, plus any extension lhereof ailowed in a�cordance with Article la af the Standard
City C:onditions of the Cnnstructinn Cnntract for Deyclop�r Awarded Projects. The
Contractor also rcco�nices t�e delays, expense and diff'iculties in�ol�ed in provin� in a le�al �
proceeding the actual loss suffercd by the �cvcloper if the Work is not cornp�eted an time. ��
Accordingiy, instead ❑f reyuiring any such praof' , Cantraetar agrees that as liquidated
damages for deIay {but not as a penalty}, Contractar shall pa}' De�eIoper �ne Thousand
Ilollars [$1a0�.Q0} for each day that expires after t�ic time speci ficd in Para��a�h 3.2 for h'inai
Ac�eptau�ce until the City issues the Final Lctter nf Acceptance.
C T TY D F FQR T UVC?R TH
STAVDARD CDNSTRUCITOI� SPECIrIC!1TTON I](]�ZJHiF,hj]'$ —
I)F.VF.I.O�FR AWARf7P.D FRC1dTCTS
Hcviscd Junc ] 6, 2U14
Walsh Ratsch -�uai! Valley PA3E
C.ity Prnject Na. l03494
DaCuSign Envalope ID: Q9299F5C-aBfi��B67-9EC8-AE5EE358$�F�
42
43
4�4
45
as
4?
48
49
SU
51
52
53
5�4
55
56
S7
58
54
60
G1
62
fi3
64
6S
6b
d7
68
69
70
71
72
73
005243-2
De�eloper Awarded Project Agrecrncnt
Page 2 n£4
36 Article 4. C�1tiTRACT PRICC
37 Developer ab ccs ta pay Contractor iUr perfarmance of the Work in ac�ordance ��ith the C�ntract
38 L]oetiments an amount iti cUrrent funds of Seven I�undred Fifiy Three "!'housand Five f�undred and
39 Se�ent•� 5ix Dallars and Zero Cents_ (�753 7,� � oo�.
44 Article 5. CQNTR4CT Df]CUM�NTS
4I 5.1 CflNTENTS:
A. The Cvntract Dflcurnents which comprise thc entire agreement between lle�elaper and
Contractor cnnccrning the Wark consist of the follawiz�g:
1. 7'his Agrcement,
2. Attachments t� this A�reement:
a. Hid Form {!�s pro�ided E�y Dc�re�oper}
1) }�raposa] f-'orm (L]�1P l�crsion}
2) Prequalification Statement
3) 5taic and F�cieral do�uments (pro�'ect specifreJ
$. Ins�rance ACORD Fnrm(s)
c. Payment Sond (�AP Wersion)
d. Pcrfnrmance Sond [TJA}' Versian)
e. Maintenan�e Bond [DAP Versian)
f. PnwEr ��Attarney for the Sonds
g. 1Vvrker's Compensation Affidavit
h_ MBE andfor S13L: C:nrnmitment Forrn (ifrequired}
3. S#andard City General Coiiditians of the Construction Cnntract for T]c�cloper
Aw•arded Praje�ts.
4. Suppiernentary Cvnditians.
�. Specifcations spccifically madc a part of the Cantra�t Documents hy aitachment vr, if
not attached, as ineorporated by reference and described in the Tablc of Cantents ai
thc Projcct's Cantract Dncumen�s.
6. Drawings.
7. Addenda.
$. I)ocum�ntatic�n subrnitted 6y Contrac#or prior to Natice af Award.
9. The following which ma}� b� dcli�ered ar issued after the NfTecti�e I7ate oF the
Agreement and, if issued, become an u�►carparated part of the Cnntract I]acumer�ts:
a. Notice to Proceed.
b. Ficld Orders.
c. Change �rd�rs.
d. Letter of Fsnal Acceptan�e.
c�rvo� �'arrrwor��rH
STAI+IDARD CC7NSTRC;GTION SPEGIFICA'fTONDC}CLTMENT'S--
DEVEL{]FER AWARDED PRO]EC TS
Reviscd Jiinc 16, 2016
Wa]s15 Rsnch-Qusil Vslley PA3E
City Praject Na. [03494
�acu5ign Envelope IQ; 09298F5C-�B67-4BB7�EC&AE5EE35887FE
OQ 52 43 - 3
DcvcloperA�•arded PrnjectAgreernenl
�age 3 a f 4
85
86
$7
88
89
�4
91
9Z
74 Article 6. INI}I;MNIFICATIpI�T
75 G.1 Contractor ca�enants �nd a�rees to indernni�y, �old harmIess and de%nd, at its vwn
76 expense, the city, its officcrs, ser�°ants and employees, from and agaiiist any and afl ciaimg
77 ari.Sing aut of, or allegcd to arise nut of, the wark and services to be performed by the
78 contractar, its officers, a�ents, employees, subcontractors, lic�nses ar inyitees under this
79 contraet. This indemnification pro�isinn is sne�i�icall� int�nded to onera#e and be
8a cff'cctivic even if it is alle ed r ro�en h r s me f�e d rn
81 caused in wh❑le or in art � a a a�t nmissi n or ne li nce of h 't . This indemnity
82 provisio� is intendcd fo include, wiihout limitatinn, indemnity for Gasts, expcnsc5 and
83 legal fees incurred by fhe �ity in defcnding against such cIuims und causrs ofactinns.
�
6.2 Cvntractvr �ovenants and agrees to indemnify and hold Marmlcss, at its own ex�ense, the
�ity, its officers, servants and empluyees, frorn and a�ainst any and all loss, darrsage or
destruetivn of Aroperty vf the city, arising nut t�f, or alleged to arise oat of, thr work and
scrvices tv be performed by the contractar, its aITicers, agents, emgloyecs,
subcontrxctors, licensces or invitees uncier lhis cantract. This indemniiication ra��i�ion
is s cci�call�� intended tv a era c and be effecti�e ewen if it i� alle ed vr ro�en that alI or
svme vithc darna es bein sau � were �aused in ►vhole or in art �� an act nmission
nr n}i ence oTi the �ii .
93
94 Arficle 7. MISCELLANEOUS
95 7.1 Terms _
96 Terms used in this Agreement are defined in Article i nf�thc Standard Gity Conditlons of the
97 Constru�fion Contract for DevelQper Ativarded Projects.
98 7.2 Assi�nment of Contract.
99
lUD
101 7.3
1D2
lq3
!04
1 d5 7.4
This �grecmen#, inciudin� al1 of the Conft�.ct �ocuments may not be assi�med by the
G�ntr�ctor without the adwanceci express wrilten cc�nsent of the Dev�l oper.
Successors and A�signs,
De�+eloper and L'ontractor each binds itself,
representati�es to thc othcr party heret�, in
ohligatians contained in the Contract �ncuments.
its partners, successors, assigns and Iegal
respect to aIl ca�enants, agrecments and
5everahility.
106 Any pro�visinn or past of the Cantract Docuinents hcld tv hc unconstitutional, �aid nr
1 �7 unenfarceahle by a court of cornpctent jurisdiction shall ba deemed stricken, and a�I remaining
108 prowisions shal� eontinue to he �alid and bindin� upan ��VCI.�PI�:I-L and C:i]NTRAC.TUR.
109 7.5 Governing Law and Ver►ue_
I in This Agreement, including a1� of the Cnntract Documents is perfos-mahle in the State of Texas.
111 Venue shall bc 'i'arrant County, Texas, ar tt�e United 5tates I?isirict Court far the Northem
112 �istri�t oFTexas, Fort �Vorth Diyision.
c�rY nr rnxT �r�oRz'x wais►ti R:�,cn -Q�,�;i �$��ey pnas
STAVDARD C(lN5'1'KtiC'iTdIi SY�CIFIGATTQid L70CUMEN7S — City Pmject Nn. 1 Q3494
TJF4T•.I.CIPFR AWAFtUEll E'lt[]1�C'IS
Re�ised Junz 1G, 201F
OocuSign Envelope Io: �9299F5C-�BB7���7-gEC8-AE5EE35$$7FE
[]Cl 52 43 - 4
1]eti�elaper il u•ardcd Yroj cc:l f1 �rocm cn�t
Yay,e 9 o f 4
115
116
117
118
119
124
121
122
123
113
114 7.6 Authority tv Sign.
Contractor sl�all attach e�ider�ce vf authority to srgn Agreement, if other than duly authorized
signatory ofthe ContraGtor.
IN Wl'[ NF.SS WHERE�F, De�eioper and Contractor have executed this Agreement in multiple
counterparts.
Tt�is Agreement is effecti�+e as of the last date signed by the Partics ("liFfective �ate"},
Contractnr; IJcve I oper:
Cn�zatser �pY�st►'uCtzori TX, �.P uail Valle�� i)cvco IIl. LLC.
f]aeu5lgncd bY� GaCUSignad 6y:
�;1�v'ec� ti,S H : S�.�C. �wpun�.�^
9C]bf3600779CF4d�.�ignature] asosFee,az�ae,.. �5ignatiire)
I3rack Hue�ins
(Printed Narnc) �
5eth Car enter
(Printed Ndine}
Title: Presi�ient
Company i�lame:
C:anatser Construcrion TX, L.P.
Address:
5327 41�ichita 5t.
CitylStatc.f�i�: T�'o�t WUrth. TX 76I 19
i�afzazz
�ate
Titic: vice President of ae�elopment
Company name� C�uail Va11cy lII, LLC
Address:
4U[] S. .Record St., Suite 12QD
Cit<<iStateJ�i : Dallas TX, 75202
ij5��0�2
L]atc
C1TY UH FURT 1�4'UR"I'F�
5 TA NDARL7 C dN51'R L�C'1'I D h! 5 f��GIFICATIOhI DOCLIMEAITS -
DEVEI.OPT:k AWr�Hl7�1] PHUJ�f:fS
Re�ised lune ]&, 2�16
R�alsh Rnnch - [7uai1 VaE1ey PA3S
City Pmject tlfl. ]43494
�� R� GERTIFICATE OF LIABILITY IN5LIRANCE �ATEtMMl��NYYYy
a��asrzazz
TNIS CERTIFICATE 15 15SUE0 A5 A INQTT�Ft QF IIVFbRM1ilATION ONLY Ak� CQNF�IZS NQ R�GHT5 UPON TFIE CERTIFICATE HO��ER_ THlS
CERTI�ICATE aOE$ NOT AFFIRMATIVELY oR A�EGATIVELY AMENp, EXTEND OR ALTER T�-IE CpVERpGE AFFORaEo BY TNE PDLICIE$
BELOW_ THIS CERTIFICATE OF INSIJRANCE p0E5 iV�T GQNS�ITIJTE d CONTRQCT BETWEEN THE 155lJING IN5l1RER(5}, AlJTHQRIZE❑
REPRESENTATiVE OR PRODUCEFt, AN� THE CERTIFICATE HOL�ER.
IIShPORTAN7: If the CvrlifiCate holder is an AD�I�IONAL INS�IREU, the policy(ies} must ha�e AQ�ITIOiJdL INSURE�] prouisions ar 6e endorsed_
If SUBR�GATIQN �S WAIVED, suhject tv the terms and conditions of the policy, certain policies may require an eRdorsement. A statement on
this cvrtiFicate does nat confer rights t� the certifieate holder in lieu of such endorsement(s).
PROiILICER M1RM�ACT Jayce Vt+omack
The Sweeney Gompany PH�h� [6'IT} 45%-6700 F'�c neo :[B17] 457-72d6
172'[ E. Lflop S24 SOLAh E-MAIl i......,..�,+ti..,., ................ .......
P 4 Box 972Q
Fcrt Worth
iNsuaeo
Cvnatser Canatruckien T7C, LP
P.o.eox �saas
�nlsuctERjSf AFFORCING co�Epac�
TX 76124-07�4 �NSl1RER R: Bl:ca Natianal Insuranee Gompany
IN5uRER 6: g+tco General lnsurance Gofpofatl4n
iNsuReR c:
NAIC �
297Q9
24495
iNsuReR e
Fort'Jtilorth �K 76119-0448 INSl1RER F
COVERAGE5 CERTIFfCA7E NLJMBER: FtEVISIOhf NLIMBER:
THIS IS TO CERTIFY THhTTHE POLICIES QF INSUR�NCE l_ISTEd BELdW f�RVE BEEN ISSLJEO TO THE INSlJf3�U 'HRMEDA60VE FpR TI-IF P01_ICY PFRIO�
INf}ICATE�. N�TYJITHSTANUiNGANYRE0L11REMENT,TERM[]RCnNnITIONbFA�uYCONTR0.CTOROTHCRnOCViIdFNTlM7HRESPECTTOWHICHTHIS
CERrIFICATE MAYHE ISSIJEp OFi MAY PERTAIN, THE INSL1R,4h10E AFFpRC7FC] AY7HE POLICIES dESCRIBEO HEREIN IS SURJEGTTO RLLTiIE TERPAS,
EXGLU510N5 AN� G4N�ITIflN5 OF SIJGH F'{JLfCiES, LIMITS 51 iOVNU MAY HnVF EIEEN RE�IJCED F]Y I'AIL7 CLRIMS.
�LRTR TYPEOFINSIIR/IHCE U pOLICYNIJM9ER MMI�a'1'VYY MMIOpIYYp LlA�ITS
CbM.N �RCIA � G EN ERA L LIABI L ITY
EF�C-7C�CCUFR�NCE � 1,(FOO,fl00
GLRIh7SMR�E � occ��� dMAG Q EhTcII 100,000
PF�C411a^G^u E� vcc.�r-cncc 3
COfVTRACTLlAL, XCU __ MEO ExP kn • one �s•sar} q�,O'�O
A I�lDEPCON7,8FP❑ CLP37a9Q35 �8101I2421 (]8161f2022 pERSD�VAL3A�VINJVFiY s 1,�6fl,0U0
GENLA(iCiiiEGAiEL�MITAPPLIESPER: GENERALAGGRGGA7E $ 2,GCp,pOQ
POLICY � PR� ❑ z,000 ogo
JECT �UC PROD'JC75 - CQNPItlP AGG $
OTHFR: ����00 QED P�R P� QGC 54ddB11,AGG P91fU}1�f1 S 7,000,fl00
AVTOMOBILELIRDELITY CDMBINEdSIhG_ELIMIY � ��p',�j�400
�Ex rcidenit
ANYAUTO aC�ILYINJl1RY[PefPBlsOnj $
g owHFn SCHE�ULEO �AP 3 708 532 �810i12Q21 a81o112022 HO���Y INJl1RYRPCfeCCItlE��[j s
au7ns ob�v auros
HIR�3 NCN�OWhE7 PROPERTY �p1.1AGC 5
AUTpSpNLY Al1iO5L'NLY aB a�uden
S
LlM9RELLALIA6 oc:cuH , 5,O�b,�00
'rACH OCCLRRENCE
6 E1(CESSLIAB CLAIMS4dA:]F �UP 2 S2� 6�7 0$�0��02� Q8f0'��2{�22 qGGR�GRT� S 5,000,�00
'�E❑ h RETCNTION S 10,000
t
W6RISERS COMPENSA7SON PER O7H-
A.iIO EIRPLOY�RS' �IABILITY AT�T [R
Y 1 N 1 ,040,Q40
g RNYPROPF2IFTC]R+PARTh'ERIEXECU7IVE � N�A y� 3709034 Q8l�1J202T �8l6'T12022 E.L.EACfiACCICCNT 5
0 F F I GE W'M EM8 ER EXGLVaE �7
{Mandatory[nNN] EL.C]�SFASF-FAEMPLQYFF g 1.QO�,a40
If yos, tlescri6a untlFx
❑ESCRIPTI[]N OF CPEFATIOYS 6eio•x E L. �ISEASE- POLIGY LIPdIT 5 1� a0C,000
Brock Huggins Pres, Jessie Martinez V�,
8 Ohed Gatewood VP, al! affice only
�ESCRIPTJON OF OPERi4710NS7 LOGAllON51 VEF#GLES �AGOR� 107, AddilinAal Remerks Schedule, may baattachcd if more space is requiradj
Proj 1�349d Walsh Rancy-Quail Valley PA3E water, sanitary �er, drainage, paving & street fight impmvements, WG, GL & auto include a 6lankct
autornaticwaiver of subrogation endt & the GL, auto inelude a 6lanicet automatic addtional insured endt providing additianal insured & waiver of subrogatian
status to the cert holder onfy when there is a wriktarl Corltract hetween the narrsad insured & the ceri holde� ihat requi res such sfakus_ The additional insured
endts wrttains special primary & nvncontributary wording. Umbrella iol;ows farm additional insured & wai�er of subrogation, The p0liCles InGlude an endt
providing 3� day natir.e oi cancellaiion {1 � days far non-pay of premiumJ to the cert holder.
CITY OF FOFZT WORTH
�Otl TEXAS ST
F T VVdR7H
ACOFi� 25 �241fir0.3]
CAHCELLATiON
SHOIJLQANY OF THE ABOVE OESCRIBEp ppLYCIES 6E CRNCELLEp BEFDRE
THE EiSPIW1T14N QATE THEREQF, NQT�CE WiLL BE DELIVEREf] IN
ACCpF�pANCE WITH TH E POLICY PROVISIONS.
Ai}THORIZEO REPR�$F7'1TA71VE
T?C 76902 ��jG��1[��
�D 1988-2015 ACORD CORF�RATION. Alf rights reserved.
The ACOR� name dnd �ogo are registered marks ofACORD
��� � CERTlFICATE OF LIA6fLITY INSLIRANCE DATE{MMIODIS'Yrr}
o i �cs�zoa z
THIS CERTIFICATE IS ISSUE� A5 A MATTER OF INFORMATI�N ONLYAHD CONFERS NO RIGHTS LJPON THE CEiiTIFICA7E HOL�ER. 7H15
C�RTIFICATE DOES NOTAFFIRMATNELY OR NEGATIVELYAMENO, E]CTENp �RALTER TNE CpVERAGE AFFOR�ED BYTHE POLfGIES
BELOW. THIS CER7IFICATE OF INSVRANCE ��ES NOT CQNSTITUTE A CQNTR,4C7 BETWEEN THE ISSUING IN5URER(5], AUiHOR12E❑
R�PR�5EN7ATIVE aR PRpoL1cER, ANa THE CERTI�ICATE HQL�ER.
114�POFtTAI�T: Ifthe certil�cate holder is an AI]D1zlpMAL INSUFkEdS, the policy{iesj must ha�eAD�iTIONAL INSURED pro�isions or 6e endarsed.
!f SUBROGATIDN 15 WAIVE�, subject ta the terms and �anditions of the policy, certain poli�ies may require an endorsernent. A statement or�
this certiFicBte does nat eonfer rights tothe certifieate hotder in lieu of such endorsementisj.
raanucER
Tne Sweenay Company
1121 E. Loap 82a South
P 0 aax 8720
FOfF WOi�I
I[VSUREQ
Conatser CanstrucHon Tx, LP
P.O.Bax 15448
4V�YINL1 Joyce Wamack
AAME:
PHoNE {817j457-67�
E"uA�� Jayce[dfhesweeneyca_com
aooaess:
IN S Ll R ER� S� AF FOAL71 NG C6V�pq1
7x 761 ��-Q72� itis�aER a, eitaa rvational I�surance Gompany
iMISL1RER B� HItCO ('i�f1QfB� �I13USaf1CC r.afQpfdbWl
INSl1RER D :
irusuRER�;
INSl1RERF-
FvrtVlbrth TX 78t39-6448
{S97) 457-7246
2o�va
zaass
CQVERAGE5 CERTIFICATE NUMBER: REVISIaN NUMBER:
THIS IS TO CERTIFYTNATTNf_ POLlCIES OF INSLJRAhGE L15TEp BELOW HAVE BEEN ISSLIE� T� TIiE iNSl1RFJ NAMEDABOVE FflR THE i�OLICY PERIQI]
IN�ICATE�. N�TlMTHSTJ�N6ING ANY RFaIJlREMEN7, TERM DR CON�ITION O� ANYCONZRACT OR dTHER �dCl1hSENT WITH RESPECi iD WHICH 1 HI5
CERTIFICATE MAY BE ISSfJE� OR MRY PERT/IIN, THE INSl1ftANCE AFFOR�ED 9Y THE F'�L�GIES 17F5GR16E0 NEREIN IS SLI6JEGTTOALLTHE T�ftM1+}S,
[XCLl151UN5 AN� CQN�ITIONS OF SIJCH PO�.ICfES. LIh11TS SHdWN MAY HAVE BEEN RE�LlCEQ BY PAIQ GLf41M5.
]W5R PO�ICY EFF PpLICY EXP
�TR TYPE OF INSIfRANGE INBD WV� PDLICY NLIMBER MM1001YV MMrDO LIMITS
� COMMERCIALGENERAL LIA9ILITY 'I iOOOiOOO
EAC`IOCCI;RftChCC i
ANf�t�ETOGEplTE❑ ZO�,OdO
GLRINS-MA�7E x 4CCl1R PF[£�i�Fs�+'yrx.�i��e�,�_� $
� CONTRAC7UAL, XCU PlE� EKP An cne:•ersa�l 5 5,0�0
A iNQEP CQNT, 8FP❑ CLP 3 T09 D35 b810412021 08l0912022 pERS�.YRL &AC]V INJI:RY � �,000.060
GEN'LAGG72FrA7E LIYIITAPPL'ES PER: GENERALAGGREGAiE 5���O,OO�
PaLICY PR�
� JECT �� PR��VCT5-C�MPIOPAGG & �•�OO,QOQ
OT41ER� $��090 �EO PER Pp OGG Sudden,Acc Pollution s �,000,000
Al1TOMQ6fLE�,JRB�GTY CQM91NE7:I�YGLE�IAMT g �,004,4�Q
i Ea � ccid e nt
ANYAilTO 6C1��LY IhIu�JRY (PBf pBf70fl�
g O'NV�6 SCI�iE�IJL[� CAP 3 7d8 532 081091�027 a8J�112022 gppILYINJLIRY(Pnfar.�IdBntj 3
A11T05 ONLY Al1—DS
H�RE❑ NON�OY41+IEd PROPER�fY f]A41RGE 5
AUTOS oNLY AUT�S CNLY i Per a�ciden
$
11h18RELLA LIA9 pCCVR EACH CCCIJRR�NC� 5 s,00a,oaa
a EXGESSLI0.6 �WMS-MqCE CUP 2 820 8�7 �Si�112021 oa�asrzozz AOGREGATE � 5,OOO,D06
oE❑ J� 4ETENTICN a 1q�Gd4 $
WORKERSCOMPENSATION FEFt OTH-
AN� EMPLQYERS' LIA9ILITY STRTl17E ER
g Ah'YI'kOPFi�ETORfPARTIV�RfE]CEGIJTIVE Y� N�A y�37D9D34 08IQ�f2023 oeio��aazz EL.cACHACCI�ENT 5 1,Q04,OOD
�FFiG ERA'A E SA6 ER ExC�ll� EO7
[Mannatory in NHj E L. p�5EA5E - ER E�IPLOYEE 3���OO,�a�
If yos, tlescnhe untler � 0�� �Qa
AESCfiIPTi9N OF 0'ERP,`IONS tre ow E.L. OISEASE- °OLICY LIMIT S
Brodc Hugpins pres, deasie Mamnex VP,
8 Q6ed Galewovd VP, alFa�ce on�y
�ESGR1PT10N CF OP�RATIOFlSI LflGATfONSf VEHIC�ES {ACOR0107, Additivnal Rcmarks Schedule, may ba attachetl iF more bp�ce is requindj
Proj io3asa waish Rancy-Quail Valley PA3E water, sanitary sewer, arainage, paving 8 s�reet light improvements. WC, GL & a�o tnclude a b�anket
autornatic waiver oFsubrogatian endt & the GL, aut� include a blanket automatic additional insured endt prauiding additional insured E, waiver af subrogation
siatus tp ii5e cvrt hdfder only when ihers is a written contrect hetween tha named insured & the cert holder that requires such status. Tha additional insured
endts contains speciaf primary & nnnwntrihutory wording. L! m6rella follows form additional Insufed & WalVef of Subroga[ion, The pollGles If7Gl;lde 3n endt
providing 30 qay notice of cancellation �1 Q days for non-pay of premium} to the cert holder,
QUAIL VALI.EI' lil LLC
4�0 S RECRO� ST STE S2�
pALlAS
ACOR� Z5 {2p1 fi163]
SHOUL� ANY pF THE q6QVE �ESGiiI�E� POLICI�S BE CAHCELLEO BEFORE
THE E]SPIRRTION DATE TNEREDF, NaTICE WILL 9E �ELlVERE� IN
RCCORi]ANCE WITH THE PaLICY PR�VISI�NS.
Al1YH ORI2EQ REPRE 5 ENTATIVE
Tx �s2aa '�f����ullC��
d1988-2Di5ACDRD CORPORATI�N. All rights r2served.
The ACORO name ared Ipgq are regisierod marks oFACDR�
Bo�d �v8. a�4��i s
OU5? 13-1
PERFDRi�IANCE BC3h f]
Page 1 at�
1 SECTI�IN 4Q fi� 13
? PERFORMANC�. B[)NF]
�
4 THE STAT� OF T�?it#S �
� § KAfOW AL�G BY TH� S�; �'itESENT�:
6 CaUNTY UF T�►kHANT §
7 That tve. __ Cnnatser t3 ian T L.P. _ . f:npwt'� a� '`i'rineig�I" herein and
8 F3erkley Insurancc C:ortipan}� ___ , a corparaYe surety[s�reties, ifmore than
9 one3 dul� authorixed to do �usiness in tlie State ofTexas, knnwn as `'Sur�ty" ��erein {wftecher o»e
! o or rnorej, are held a�d firmly baund u�to tite Develoger, paail Valley Devcp ll�, LI^C.,
2� authorir.ed tp da busincss ir� Texas ["De�eloper") and the City ofFarE Warih, � Texas municipa]
1? corporation (,.Ciiy'�, �n ilie penal sum of, �wen Hundred Fift� �iree �'housafld Fiue Hundrtad and
13 Severny ' an " 7 3 57 ,), lawFu� money oftl�e LJnited States, to vepaid
i� ir� Fort Worth, Tarratrt County, T�cas far t]�e payinent af which su�n weil and truIy to he rr�ade
15 jair�tly u�ra the �evel�per and the City as dual obligees, wc �ind �urse3ves, our heir�, etrcutoxs,
lb administr�tors, successars and assigns, jaintly and severaily. �rmly by these �resents.
17 WHEREAS, Uevelaper at�d City �a�e entered inta an Agrecment fnr t11e cos�stru�€ion af
�S cornmunity #'ac;[;tics in the City af Fart Worth by artd through a Communicy �`aciiities
i9 Agreement, CFA Numb�r �l�I}1 f2 an�
ZU WHEREAS, the Prir�cip�l has entered into a cert�.i�� writtcn c�ntract �vEth the I7cwclaper awarded
�i ihe day af _ . 20 _ whi�l� Contract is herel�y reFerred ta and rr�ade a
2? part hereof far all purposes as if ful[y set €orth hereir�, tfl furnish all matersa[s, equiprr�ent �abor
23 and vtt�er aceessvries define� by �aw, in the prosecutioi� af itte Wvrk, inc�utting �ny Chan�e
24 4rd�rs, as prouid�d �or insaid Cantract designated as WaJ�h Ra�c3��(,?us�I Valieti PA3E - 5treei�,i�hting
�� Imprc�reanents,
�5 1V+�1'4�, THE REF[3RE, the conditi�n of this obligati�n �s such tl�at if the said Principa!
27 shalI faithfully perfor�n 9t abligatior� under the Contraci and st�a�i i� all respects duly and
2$ faithfuliy gerfot�n tl�e W�rA, ii�ciudEng Change Orders, unr3er the Contraci, ac�ordir�� to the p�ans,
24 sp�cifi�atians, a:id cor►tract documents tli�rcit� rc�erred za, and as well during any period of
30 extert5ion ofthe Contra�[ that may be gr�nted nn the par� Qf the Qeveloper ai�dlor City, thex� tl�is
3i ob[igation slY�ll beand be�otne null and void, otherwiseto rerr�ain in full force a�1d effect.
32 P�t�YIDE� FURTHER, tliat if any �egai action be liied [�n ihis Bond, �enue sh��] ]ie in
33 Tarra►rt Cvunty, TexaS 4r the Un�#ed States Disteict C;qt�rt frsr the NqrihSrr3 l�lStrict of Te�ss, Fvrt
34 VI►ort� �it+isinn.
CI7"Y OF FdRT WqRTf3 VI'ulgh Ranch -�uai] Yal=ey� PA3F.
STA.�1C]AR[JCfTY Cp�DI"[ fC)NS--DL• VELOAF�i 4WARi]EDPRUJECTS Ci3y prajec� no. tR3�47
Ravi&xl ]anuar} 31.?D 1'
006? l3'2
�£RN{7R?vIAA�C� BC)?V17
Aage ? af?
2
3
�
5
6
7
$
9
l0
]i
12
i3
l4
t5
16
17
18
t9
?p
?F
22
�3
��
25
7(j
��
28
�q
3�
3i
32
�3
34
3S
3G
37
3$
39
4U
4)
42
43
44
A5
45
This bond is rnad� and executed in cornpliance with the pr❑vssions of Chapter �253 af the
'�exa� Governrr�eiit Code, as amended, and al� fiahilitfes nn This bor�d shall be d�termined in
accardance with the pr�visipns vf said st�iue.
Il� WtTN�SS VI{HERE�F, the Prin�ipa� an� the Surety ha�e $iG�ED and S�:ALED
this instrumer� hy duly authorixed ager�ts and a#�icers on thi s the da}� of
.2D
PFtIIVCIPA L:
Conatser Constructiori T`�C. L.P.
ATTEST:
��� �
[Principaaj Secre�'
BY � �� �
Sigr��tc�r� �
vck Hu � �' Yreside�n
Na�ree artd'T'itle
Address: 53�7 Wichita St.
F+�rt Worth. TX 7f i T�
�� �1
Va'itness as ta Prin�ipat
��"���
1 i zess as ta 5urety
5URETY:
Berklet� Insiiran�c Cnn'��an�°
��:
S i�,nacure
Robhi Morates, Att�rneti-in-fact
Name aria Tit3e
Address: 5405 LST Freewa�. Suite 1504
�3allas, `�__7�244 ,
Tcl ephone lYumbcr: 21 �� �38�i-UU(7Q
*Nvte� If slgrred by an officer af the S�rety Company. thcrc must be � iile a �ertif�ed extraci
frprn thc by-�aws shawin� that this persor� has authvrity io sign s�ch a6Figatian. If
5urety's physi�a! address is differe�it froni its n3ailing address, both mus# 6e �r�wided.
Tl�e date vf the bv�d shall nat be priflr to ttie date the Co��Eract is award�d.
CfT'Y �F �QRT «,'Ol�'['H LVafsh Ranrh - Quail vallcv PA3li
�TAi�3 []AR U C iT' Y CpNI7ITIpN$ — f]£ V��,Ul�$K A�YARDE Q PRQI�CTS Cit} �FpjCCt �'I4. i U3+i94
Aevised lanuan 3I. ?i112
Band �'�, 4242718
aosa 3a-i
PnYm �tvr saxn
Pa�z � of3
I
2
3
4
5
6
7
8
9
�o
li
12
13
]d
i5
16
�7
l8
19
20
SFCT[�Ai Q� 62 1�
P14�'M�I`fT I3DNQ
'F�f � STATE ��' TE�rlS §
§ i{NO�� ALL BY T��IES�. PRESEiVTS:
CQ[3NTY UF TARRAN�' §
T�at we, �'ari��t�� a truc io P. _ _. knoyvn as "Princi�a)" herein, and
Berklek Insurancc Cornpan� , a Cpr prate S�tre[
-- _ p y� Qr sureties 3f
m�re ih�n one), duly autk��rized ta do b�ss9aess in ti�� State af'�'�, knowr� as'`Surety" herein
{whet��r nne ar rnare}, are heid and �nnly i�ound unta th� Deaelnper, Quai� Val�ey t]evco ilf,
LLC., aUthorized to do bUsiness in Tex�s "(De`+e�oper"}, and the City of Fart V�ort�, a Texas
mtar�i�ip�1 �orpffration ["City"). in the penal sum of 5e�en Hundred Fift� 'I'hrec Thausand �'ive
an nt; E� and � Cents � 753;576.�E] }, �awful rnaney of the L)nited
Statcs, to iae paid in F'ort Worth, 'Tarrant Ca��nty, Te�as. for t�e payment nf wi�icli surn weli and
truiy be made �nint�y uRta the �evel�er and tha City as dtiiai obligees, v��e bin�d oursei�es, aur
heirs� ekECl]tor5, administrators, successars and 3551��5, jaintly and sev�raiiy, firmly by these
presents:
Y4'H�REA4, Deve]nper ar�d Cit}�• }ra�e �tered into an Agreemeni far the constructia�� of
comrnunify facilities ia� the City of Fort Wnrth, �y artd through a Cornmunity Faci�ities
Agreerne�zt. CFA Nt�rnber �1-0� ] 2 and
2i WHER�AS, Principa] }ias eniered ir�tv a �ertain written Contra�t w�t� Develo}�er,
22 awarded. tl�e day of .�� , which G�ntra�t is hereby
23 referred io and tnade a part hereaf f�r all purgoses as 's!'fully se# fnrth herein, t� furn'ssh alt
2� materials, e�}uipmen�, iabor and othe� accessarjes as defined by law, in i�e prasecutinx� af the
25 W�rk as provid�d for �n said C�r�tract �t�d designatet� as W�lsh Rsnch-C3�� i[ V �� PA3E - Strect Lightin� Imprni•�mcnts
26 �IOW, TH�REFOR�, THE CQNDiT1�� QF THl.S �Bi,[�AT[4N is such that if
27 Pri��cipaI shall pay al! mor►ies owing to any (and a!1) p�.yttt�nt ba�d hene�ciary (as defitted in
28 CE�apter ?25a af the Texas Governr�tent Code, as amended} in the prosecution of the Wark un�er
29 the Cnntract, then this alaligation shali be and becnm� nul� and void; otherwise to remain in ful l
3a %rce and effeci.
3i This btmd is made and executed in comp�iance withthe provisior� of�hapter 2253 nfthe
3� Texas Gqvernrnent Cvde, as a�nended} and a�� IiabilitiLs ori this bond s3�al� be determined in
33 accordan�e witii the prvvisions vf said s#atute,
Cf'fY UF FC3RT W�RTIi Walsh Ranch -�uail Va�l�y PA3�
STANUARA C!"f Y CUNDI'E'1QM5 — I]F.Vf:LC7PEH AVVARDEd PR[7JECT5 Cily Prc��e¢t Nu. Ifl3394
itevised Jarwary 3 i. 30 Y 2
c�na? ra-?
�nY�r:r��r aarrn
Pzge 2 ofw
i YN WiTNESS WHER��F, the Frincipal and Surety h�w�e e�ch $IG1�'�D and S�A[.,G{�
? tl�is instrurnent iay duiy attthorize� agents and offcers on tt�is the _ day of
� _ _ . 20 .
4
ATTEST:
�
[Principal] Secretar�
-� - -- -
Witness as ta Princi�al
ATTE5T:
���;����� _
{5urety} Secreiar}r
.
�
� �� f c.s�
�S aS f� SUrety
S
6
7
8
4
!fl
PRINC]PAL;
C Const i n TX. .
- -�� ,
BY: �,��
S ignature
grock Hu�ins, �resid�rrt
Name an� Title
Addres5:
�32T c s' t.
F' . T I Z
5L]RETY:
$erkley Insurance Cpmpany
I3Y.� � r
5ignature
i�obbi 141orales, Attprr�ey-ii7-fact
Name and Titte
AddTeSs: 5005 F,E3,� hreeway, sutce lsao
T3�lfas, T:C 752�4 _
Te�epi�one Num}�er: 21 d!9$9-QUaU
Note; lf signed by a� affi�er of tne Sur2ty, there must be on fiie 3�eFti�ied �xtra�t fram t�ke
6ylaws shawing that this person lias autliarity to sign sUch ob�igatian. If 5urety's physiaa�
ad�ress is differet�t fr�rn its mai[ing address, both an�asi i�e praaided.
Tlje date of t3�a borsd sna11 nat br� pr inr to thc date tlze Can#ratt is ativarded
�
END �F SECTIDN
iz
C=i7Y C1F f�i7R7 W4R`i'Fi 1�'alsh kanth - Qunil Vallev PA3E
STAN�ARD C!TY CpNi]]"i'iUNS — T]EVEI.Uf�ER AWP,RDFD FRO]F.CTS Ci�y� Pris�ecl Tvo. 1 Q3A4A
Ravise�i Januer►� 31, 3012
BUnd No. f}242i 1 R
O�b219-i
It9�lIAFfEHiANCF E3iJNL7
Paga k ar3
y S�CTiC3N E1a b21q
� MAIN'�'ENANC� BO?�ID
3
� Tl-I� S'I'Aiti (]F TE7�A5 �
s � 1{1VQW ALi� SY TH�;S� F�2ESENTS:
d CDl)1V'I`Y UF TARRA�1'�' §
7 That wc Canatser Comtructi n TX. L.P. __ , knnuvn as "Principal" here3n and
S I3erk]ey Inaurance c'ompany __ , a�arpQ�fe sure#y (sr�reties, if rnnre than
�
tD
o��e} duly a�tk�dri-r�ed to do busir�ess in th� State ofTex�s, knawn as "S�rety" l�erein [whether one
ar inore}, ar� heid artd firmiy �ound t�nta th� De�Eaper, �a;�ail Vali�y E7c�cfl tII, LLC.,
i i a�thorized to da business in Texas �"`De�eioper") and thc City of'�ort Warth, a Te�as mur�i�ipal
i2 �oz-poratian ["City"), in tize sum 5eaen Hundred I�'iR�r Three Thou�arn3 Five i�undred ar�d 5�ve �}�
i3 ix Doliars and �ero Cent $ 7�3.575.44 ), law�'u� mv�ey aithe �lnited States. rn b� paid in For#
i4 Worth. Tarrant C��nty, Texas, far payment af which starr, weil ar�d truly be tnade jointly unto the
i5
Ib
i7
18
19
ao
Devefvper and the CEty as ��1 oh3 i�ees arxl their successors, w� bind �tsrselves, nun c�irs,
executors, adrn4nisrraiors. successors and assigns, jointly and seuerally, firrnly h� these preserYts.
V1�HEREAS, L]e�elaper and City �ave entercd into an Agreesner� f�r the coru^tTu�iian q�
community faciiirics in the Ciry ot Fart lworth by ar�d thrpugh a Comrnunity FaciCiti�s
Agreernern. CFA Nurnber 21-01 i 2 ar�d
;1 WE�EREAS, t��e Prirjcipal has enlered into a certain �vritten contract ►ariti� the oevelaper awarded
2'� the day af ,?p�, �vhict� Contract is t�ereby
23 t�eferred ta arx� a made part herec�f for ali pur�oses as if fiFl�y s�t fflrih herein, ta ftUnish all
2� materiais, cquiArne�rt �abvr and atIler accessories as �ef�ned by taw, ir� the prosecution nfthe
?5 Wark, ine]uding ar�}' L�iorlc resutt':r�g Fram a duiy authorized Change Urder (�o]ie�tive[y h�rein,
Z6 tt�e "�Vor}c") as provided for in said Gontract ar�d desi�nated as W�Jsh R�t�ch-U�ai V� pq3� - 5treet I.igl,ting
27 8�1d 1m�ro�err��nts;
28
�9 WH�REAS. PrinGip�i $ir►ds iLse�f tc� use such materiais anci ta so cay�struc# tf�� Work in
3D aceflrda�� with tt�e pla.�, specifcatians and Cor3tract Doc►�rnents that the Wark is aiud wil]
3I
32
33
34
35
�b
remain Tree frosn d�fe�ts in materials ar wor4cs-s�anst�i� for and duri��g the periocl of fw�n ��y years
af�erdhe date vf�'inat Acceptancc of[he Work byttte City ["Maint�rian�e Period"}; and
V4�H�REAS, Principal bi�ds itself to repair ur reCpns#ruct the Work iii whate or in part
upon reeei�i �7g r�oti�� fr�rn the Qevelvper andlor Cily af the need th�ret�f at any iime within ihe
Mair�tenance Pe�ind.
CT'['Y CSF FdBT W�1BTH Wa�h ABnrh� LTuaiE Vai�ey� I�Iti3�
S� A�I7AR� CIi'l' �'UI�OrFIUhS — l7EVELC7Yfflt AWAfiOED p�QJEC7'S City Pro�cct No. Ip349-1
Re�+sed January 31, 2613
i106? 14- �
IvfAiM1rTENANCE BONU
p��of3
�
� 'YdW T�TEREFORF, tiie conaician oFttlis vbligativn is sucFz tllat if Principal sl�all
3 rernetly any defective Work, for which timely natice was {�ro�ided by ❑eveloper vr Cify, ta a
4 carnpletian satisFactory to the City, tf�en #his nbliga#ion shall become n�il! and �oid; otl�erwise ta
S rernain in ful l forcE and effect.
b
7
S
9
1Q
ll
i2
[3
14
[5
PROViDED, HflW�VER, if Prir�cipal shal� fail so to repair or recorutru�t arry tirnz�y
rioticed defective 11�ork, it is agreed ihat the Deve�oper or City may �ause any and al I such
defective Wvrk tv be repaired andlar recanstructed with al] associated costs thereaf being borne
by t}�e Prir�cipa) and the 5urety urxier this Maintenance f3ond; and
PRd1�I UE�3 F UR�'i{ �.[�, that if any legal action �c F�4ed on tl�is Bonsi, venue shall iie in
Tarrant County, Texas or the EJnited 5tatcs District Caurt far t'he Nprthem UistriGt vf Texas, Fort
Warth Diwis�on; and
lfs PFidulD�C1 FURTH EFZ, that tlzis obligation sha�! be continuous in nature anc�
17 suc�essi�e reca�eries rr�ay he had �erean farsuceessi�e breaches.
18
�
7 �j
C]TY OF FORT Vr'ORTE i 'VI�'als„ Ranch - Quaii Valley PA3E
STANL]ARD CITY CON[]fT](}�15— DEVELOPER AwAROED €�R4JECT5 Cily Projec� [Vo. iU349d
Rrviscd Janua.'y 31. ?Ol3
�QG? i9-3
MA f iVi "E� NANC E BCJy U
Psgr 3 of 3
t iN W�T,'VE�S WH�iiEpF, Flze Pr�tr�Ipa! ar� the SurE.•ty have e�cit S lG7LFEil artd SEALED this
? instruinent by duly authorized age�ts and officers an this the day of
� , �0
S
b
7
8
9
10
Ii
!?
i�
l4
i5
15
1'7
�S
1�
2D
a�
�2
23
24
�g
26
27
�g
�9
3D
31
33
33
3�F
35
36
37
38
39
4U
41
��
ATTEST:
(Principa�y 5�creta
. �.�►�
Witaess as to Principat
ATTES�:
� �
(Surety} -tetary
�
W- ss as to Surety
PR[F�fCiPAE.:
C.anatser Construction TX. L.P.
BY: �/� �
-�`���
Signat� re
Brock Hu � =in President
Nanie and Tiile �
AddrCss: �3271�'ichita 5�
_ �'ort W orth,l'� 7G 119
su��r�;
F3erk�ey Ir�surance Com��ny
SY: ���� ;�d.�......
5ignature
Rubhi Mor�les Atfou-ncw-in-fact
Narne and Tit1e
Address; SUUS Lt3J Fre.���y, Suit� I544
Dal€ay. `T'X ?5244
Tele�honeN�m�er� 21�19S9-D40Q
*Nate: if sigrFed by an offi�er of t��e Surety Comp�ny, there m�rst be on fi�e a certificd extr�et
fmz� the by-faws showir�� t�at this perso�z �as authority to si�rt such obligatinn, if
Surety's �hysi�al ad�ess is difFerent from its �r,ailing address, both trtust be prowi�ied,
The dat� qf th� l�orid shai! aot be priar ta thc date the Ca�tract is awardcd.
C1TY G)h FCSRT 1�tUR7k Walsh Ranch -(htail Valky PA3�
5TA?Vi7AkI� L'ITY CUN�I'fIONS - I}�VLLflP�k AWARpEp PRO]CCTS G'�tv P�ujeci hu 3 8339f1
Ret7sed lanuuy 31, �OI�
PC)�,I�ER Clr .hTTORN�Y
RN;R[�LEY I�SL'RA�CEC'[7n�YAn'Y
W ILMII�TUT01'. I7 E 1..a1�L� AR F
�o. BI-72$Oj-e�
NOTiC:�:: The warnirtg fot�nd elsewfleYe in this Power 4�•�ltomcy affects the walidity thereof, Pl�asc r�vicr�� caref�zliy_
KNOW hl�[. M�;�] $I' 1'I1�SE PRL�ENTS, #lzat i3F:l2K1,�'sY ftiSL'RA�CE CC]MPA�IV (the "CompanY'}, �1 t[�i��7VraLiU�l duly
or�ani�ed and existin� uncierthe Iaws af't�ie Statc ofDelaware, ha��ing it; prin�ipal offi�e ir� Circ�nwich, CT�, ha5 rnade, constituted
and appoirncd, and dnes by t.hcsc preserits make, a�ns�itutc and appoint: fdecurdu .I. Rey32n; Dn►a I:: Cnrnelf; .Snpfei�rie Flunfier;
Hobbi ±Vlarr�le.s; I�efly A. West6rnak; �inu McGwr�n; Josliuu il. ,5r�utrders; r�r ?'n�ie Fetrunck oJAnn Risk Service.r .Snulhwesl,
Inc. �f'Drrllus, TrY its true and lalilul :1[tarn�}�-in-Fact, tn sigti its name as surety aniy a5 delineated helow and fn execul.e, seal,
aoknoK•ledge and delia�r �ny and all honds and underfakings, with t�e exeep[ion of I'inancial C�u�ranty Insurar�c�, praaiding that
nv single obligatinn shall exceed k'ifty Vlillion aud UOIl(]0 [:.S. ilrallar5 [L:.�.$SU,4ilQ,00[i.110), to the sarr�e exteizt as ifsuch bvnds
had hecn duly �xecuted and acknowledu�ed by ihe regultvly elccted afficers nf the C'ompany at i�s principa] n1'fice in thelr own
pr�per p�rsons_
L'his Power u F�'�tioizicy shall h� constru�d and enfarced in accnrdance with, and gov�.rn�d hy, the la�-s of the 5tate of L)elaware,
witi�c�ut given� effe�t ta the prin:.�iplcs af contIiLts nf' �aw°s ihere�rf. This Pnwer nf .Attorney is �,�ranted pur;uant to i}te faElou�7ng
f�S�IuL10n5 whi�� were CiU�� 1Ita V�iliClly adc�pted at a mccting nf the �3oar�I oiI?irc::tnrs nf tl�e C;nmpany held on Sari�aary 25, 2fl1U:
ILE�Uf.VE:IJ, that; ��ith respeci. to the 5ur�ty business written hy 13ertcley �urety, the Chairm�n nf' the Board, C'hief
F�.xcciit.r�e CJfficer, Presidcnt or any Vice President of t.he C:urnpany, in cnnaunctinzl witf� the SecrGtz�r-y ❑r an, A�sistant
Secretar}° are t�ereby authori�ed to execute p�urcrs �f attorne}' authnri�in� and qualifyii7� l�c attnmcy-in-faci r�arned therein
tn exe�.ute bonds, t�ndertakings, rcaognizances, nr nther surelyship obligatinns nn hehalf of tl�e C.omp�lriy, and in affix thc
corpQratc scal nf the Campanw to po��•ers of �Ltomcy �xccuted purst3anl hereto; and said nffcers ztiay remo�e any such
attorney-in-fact and re�n[;e an}� po�v�r of'attr�rri�y previnusly gra�lted; and furtfLcr
RESaLVLl7, thr2l such power af' attnrney ]imits th� acls ❑1'thase iz�med il�crein t� ihe bDnds, undcrtaki��s, recagnizaxzces,
ar nth�r surcty5hip abli�atiorrs s�ecifically named therein, and they have nn �uthnrity to }�ind the C.'nrnpany except in the
manner �i�d to the extent thcrcin stated; and ['urlt�c,�r
RESCIY.�rI':I], tha� su::h power af att�rncy rc.�•n[ccs a�l pre�ious powers issued on behalf of the attorney-in-fact nanned; and
fartl�er
RN:SULi'ED, thac t��e signature of any authc�ri�ed nfficer and the seal of'ti�e Compan}+ may he af�xed hy facsimilc ta xny
pnwer of attamey or �;ertifcation #heren!' autl�ori�ing tlle executiUr� and tlelivery of atry botid, undertakin�, rcc�gnizanec, or
❑ther suretyship o6li�,atinn nf tk►e Corrip�n}•: �xnd such si�rnature aitd seal wllct� so tiss:ci shafl have thc sanae fot'�c attd effeci 35
thnu�h manuaIly af�ixac�, The C��m�snw rnay �anti�iue ta ��sc f�r thc purposes herein stated the f'acsimile sibnature c�f atly
perse�n �r persc�ns wha shall haW�c been such oflicer c�r c�[�iccrs nfthe Company, notwithsfanding the fact that thc4 may ha�e
ccased tn he �u;.h at the �imc when such intitruments sha13 be issuec�.
IN P+�I�NESS Wf�ti;OF, the �m�an3� I�s caused these preseafs to. be si�ped and attestcd by its apprapriate nfficc�rs and ats
CQ�7p�dfC SG�.L �iGIGu��q ��d �SS 2nd CLdjr 4� �une z42o ..
.�yusu,�r Attcst � Berki^•, 3nsur�cc Cvmpany
e �, _
4 ,pc+ruRa� °,�', � ' � � . �
� ��`"�t.:�L , { y ' 3' � �-�' �' '
� i�n ' .c' I~ •• • L�.dea�nan .YE �j h�'. 3.�ftel' ' �
�.��,�. Exe�utive Vsr.e Prr.s�dcni & 5c�etazY � i �!�e X'resident
STATE oF C4�ri�CTICUT }
) ss:
C4CiA"T'� 03�` �A�LD )
5worn to b�fore ma, 3 NOtSIj+ Fi7�7ikC 7ii i�YG SfB.�C O� C6LlIICGflCilf� f}��� 2nd d8y vf _ Jur�e ,_ 2424 _,'Ery Ire 5. 3.cdcrrnart
sfnd 3a�zcp M- H�t�z v�❑ are srwam ta �e to be thc Execi�tive "Jice Pra ' ��5ecretarX, ant[ t�P 5anior i�ir,c Ps'�Sic9ent,
res �+�t ', af Eerkle Insurance Co raa�rA c Run+ns��s� . Si
�' y � ��Y- N9TARY P�Ft{I IG �'
CC!�ENEC71CUT �f ��� � ���
�fl"CQM�SI5517NERPiFIE� ----_ � _"�.-
AF'HL�O.'t024 : Rf3Cjr �1lb�,iC, �Y3tG Q�{'i4ffRGC.�GiIt
CERT�'XCA'TE
I, t�c �anderSign�� Assistanx Sarratazy o�BERKL�Y � SURANC� CUMPAN�, D� H�,RF.� Y CEkTCF K t� thz f�fegoing zs a
#rue, corre� and co�aplete c�py flf the oz�z�ua] �'qwer af Attomey; thst said Power o�'Attsxney has not been revo�ed or rescinded
aad,.� Nt ��thn.zty of t�e �kstarrzey_zrs k�'act SCY f�Y3] il�esein� sxhv exe�cutcd the bvnd ar updrrtalcang to which i�is Powesr af
.�ti�'i-?� �.!�che� is In fu11 fnrce and e�ec:t as nfthis date.
x� �.�:+;�t� :,:;dcrm�� �and arid seal vfthc �Q�pa�sy, this ciay of ,
W �i::tl, x
� 1975 i r
�FIAINA�`'. �rIIlCEAX �. 7,'i7L�Pi
[MPORTANT NDTICE
Ta abtafn infarmatio�n ar make a�vrrtpiaFnt:
Ya� may �a�k Berkley Surety G�ou�, LL� anr� its affifiiaies by
telephc�ne far infarma#i�n nr ta make a camplaint:
BERKLEY 5URETY GROUP, LL�
Plea�e send ai1 natices of claim an this band to:
Berkiey S�r�ty Grvup, L�C
�s�s� xs�-���a.
4'!� Mt�eani Kemat� �4venue, Suite 3'!�N
IVlorristo�nrn, �IJ �79fiU
Attr�: Surety �l��rr�s []e�artment
Y�� maY canfac� the Texas Departm�nt vf lns�rance fio ob#ain
info�mation on compani�s, co�erages, rights+��r tomp�aints at:
9 r8fl�-25�-3439
You may write the Texas Departmer�t of Insurance:
P, �. Box 149'i�4
Au sti n, T]i 7$7''I �4-3 � Q4
Fax: (51Z� �T�-'�77�!
Web: htt :llwww.#di.sta�e.tx.us
E-mai1: �onsumerPrat�ction �tdi.s#ate.tx.us
PREI�IIUh�I aR C�,4iM �315PUTES:
5houid you ha�e a dispute cvncernir�� yaur pr�mium ar about a claim
you shauld canta�t your agent ar Berkley Surety Group, LLC fir5t. ��
the disp�ate is not resofveds yau ma� cantaGt #he Texas ❑�partmQn# o�
insuran�e.
►4TTACH THlS NOTICE TQ YDUR Bf��ID;
T�is notice is f�r information an�y artd dves nvt be�om� a part a�
candition ❑f the attac��q documen# and is gi�en tv comply wit� Texas
iegal and r�gulatoty r�quir�mer�#s.
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of -way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made 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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result 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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: None
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
b. Each Occurrence: : None
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Co ntract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.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:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
Required for this Contract.
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
x
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
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
x
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-
up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City’s
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
ARTICLE 6 – OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor’s Work except for latent defects in the work provided by others.
ARTICLE 7 – CITY’S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City’s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City’s representative during construction are
set forth in the Contract Documents.
A. City’s Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor’s executed Work. Based on
information obtained during such visits and observations, City’s Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City’s Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City’s Project Representative’s visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City’s Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City’s Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. Cit y 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 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City’s written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 – CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Co ntractor’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; except ing, 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 deeme d a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor’s use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days writt en notice to Contractor and
Developer should such additional warranty coverage be required. Contractor’s obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor’s services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants,
employees, and City’s other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 11.09.
ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor’s
performance of the remainder of the Work. Cit y 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 it s status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Walsh Ranch - Quail Valley PA3E
City Project No. 103494
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 – SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other 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 o f time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised December 20, 2012
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes : 5
1. Summary of Work to be performed in accorda nce with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, t hen the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
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,
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
5. 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 City’s opinion, acceptance will require substantial revision of the original
design
d. In the City’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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
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
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 23, 2013
City Project No. 103494
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 23, 2013
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 23, 2013
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
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]
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013 No. 103494
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
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)
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
City Project No. 103494
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
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 b e not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised January 31, 2012
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Infor mation (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 Dr awings 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
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes : 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Air Pollution Watch Days 10
e. Use of Explosives, Drop Weight, Etc. 11
f. Water Department Notification 12
g. Public Notification Prior to Beginning Construction 13
h. Coordination with United States Army Corps of Engineers 14
i. Coordination within Railroad permits areas 15
j. Dust Control 16
k. Employee Parking 17
l. {Coordination with North Central Texas Council of Governments Clean 18
Construction Specification [remove if not required]} 19
B. Deviations from this City of Fort Worth Standard Specification 20
1. None. 21
C. Related Specification Sections include, but are not necessarily limited to: 22
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 23
Contract 24
2. Division 1 – General Requir ements 25
3. Section 33 12 25 – Connection to Existing Water Mains 26
27
1.2 REFERENCES 28
A. Reference Standards 29
1. Reference standards cited in this Specification refer to the current reference 30
standard published at the time of the latest revision date logged at the end of this 31
Specification, unless a date is specifically cited. 32
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33
High Voltage Overhead Lines. 34
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 35
Specification 36
1.3 ADMINISTRATIVE REQUIREMENTS 37
A. Coordination with the Texas Department of Transportation 38
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
1. When work in the right-of-way which is under the jurisdiction of the Texas 1
Department of Transportation (TxDOT): 2
a. Notify the Texas Department of Transportation prior to commencing any work 3
therein in accordance with the provisions of the permit 4
b. All work performed in the TxDOT right-of-way shall be performed in 5
compliance with and subject to approval from the Texas Department of 6
Transportation 7
B. Work near High Voltage Lines 8
1. Regulator y Requirements 9
a. All Work near High Voltage Lines (more than 600 volts measured between 10
conductors or between a conductor and the ground) shall be in accordance with 11
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 12
2. Warning sign 13
a. Provide sign of sufficient size meeting all OSHA requirements. 14
3. Equipment operating within 10 feet of high voltage lines will require the following 15
safety features 16
a. Insulating cage-type of guard about the boom or arm 17
b. Insulator links on the lift hook connections for back hoes or dippers 18
c. Equipment must meet the safety requirements as set forth by OSHA and the 19
safety requirements of the owner of the high voltage lines 20
4. Work within 6 feet of high voltage electric lines 21
a. Notification shall be given to: 22
1) The power company (example: ONCOR) 23
a) Maintain an accurate log of all such calls to power company and record 24
action taken in each case. 25
b. Coordination with power company 26
1) After notification coordinate with the power company to: 27
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 28
lower the lines 29
c. No personnel may work within 6 feet of a high voltage line before the above 30
requirements have been met. 31
C. Confined Space Entry Program 32
1. Provide and follow approved Confined Space Entry Program in accordance with 33
OSHA requirements. 34
2. Confined Spaces include: 35
a. Manholes 36
b. All other confined spaces in accordance with OSHA’s Permit Required for 37
Confined Spaces 38
D. Use of Explosives, Drop Weight, Etc. 39
1. When Contract Documents permit on the project the following will apply: 40
a. Public Notification 41
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 42
prior to commencing. 43
2) Minimum 24 hour public notification in accordance with Section 01 31 13 44
E. Water Department Coordination 45
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
1. During the construction of this project, it will be necessary to deactivate, for a 1
period of time, existing lines. The Contractor shall be required to coordinate with 2
the Water Department to determine the best times for deactivating and activating 3
those lines. 4
2. Coordinate any event that will require connecting to or the operation of an existing 5
City water line system with the City’s representative. 6
a. Coordination shall be in accordance with Section 33 12 25. 7
b. If needed, obtain a hydrant water meter from the Water Department for use 8
during the life of named project. 9
c. In the event that a water valve on an existing live system be turned off and on 10
to accommodate the construction of the project is required, coordinate this 11
activity through the appropriate City representative. 12
1) Do not operate water line valves of existing water system. 13
a) Failure to comply will render the Contractor in violation of Texas Penal 14
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 15
will be prosecuted to the full extent of the law. 16
b) In addition, the Contractor will assume all liabilit ies and 17
responsibilities as a result of these actions. 18
F. Public Notification Prior to Beginning Construction 19
1. Prior to beginning construction on any block in the project, on a block by block 20
basis, prepare and deliver a notice or flyer of the pending construction to the front 21
door of each residence or business that will be impacted by construction. The 22
notice shall be prepared as follows: 23
a. Post notice or flyer 7 days prior to beginning any construction activity on each 24
block in the project area. 25
1) Prepare flyer on the C ontractor’s letterhead and include the following 26
information: 27
a) Name of Project 28
b) City Project No (CPN) 29
c) Scope of Project (i.e. type of construction activity) 30
d) Actual construction duration within the block 31
e) Name of the contractor’s foreman and phone number 32
f) Name of the City’s inspector and phone number 33
g) City’s after-hours phone number 34
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 35
A. 36
3) Submit schedule showing the construction start and finish time for each 37
block of the project to the inspector. 38
4) Deliver flyer to the City Inspector for review prior to distribution. 39
b. No construction will be allowed to begin on any block until the flyer is 40
delivered to all residents of the block. 41
G. Public Notification of Temporary Water Service Interruption during Construction 42
1. In the event it becomes necessary to temporarily shut down water service to 43
residents or businesses during construction, prepare and deliver a notice or flyer of 44
the pending interruption to the front door of each affected resident. 45
2. Prepared notice as follows: 46
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
a. The notification or flyer shall be posted 24 hours prior to the temporary 1
interruption. 2
b. Prepare flyer on the contractor’s letterhead and include the following 3
information: 4
1) Name of the project 5
2) City Project Number 6
3) Date of the interruption of service 7
4) Period the interruption will take place 8
5) Name of the contractor’s foreman and phone number 9
6) Name of the Cit y’s inspector and phone number 10
c. A sample of the temporary water service interruption notification is attached as 11
Exhibit B. 12
d. Deliver a copy of the temporary interruption notification to the City inspector 13
for review prior to being distributed. 14
e. No interruption of water service can occur until the flyer has been delivered to 15
all affected residents and businesses. 16
f. Electronic versions of the sample flyers can be obtained from the Project 17
Construction Inspector. 18
H. Coordination with United States Army Corps of Engineers (USACE) 19
1. At locations in the Project where construction activities occur in areas where 20
USACE permits are required, meet all requirements set forth in each designated 21
permit. 22
I. Coordination within Railroad Permit Areas 23
1. At locations in the project where construction activities occur in areas where 24
railroad permits are required, meet all requirements set forth in each designated 25
railroad permit. This includes, but is not limited to, provisions for: 26
a. Flagmen 27
b. Inspectors 28
c. Safety training 29
d. Additional insurance 30
e. Insurance certificates 31
f. Other employees required to protect the right-of-way and property of the 32
Railroad Company from damage arising out of and/or from the construction of 33
the project. Proper utility clearance procedures shall be used in accordance 34
with the permit guidelines. 35
2. Obtain any supplemental information needed to comply with the railroad’s 36
requirements. 37
J. Dust Control 38
1. Use acceptable measures to control dust at the Site. 39
a. If water is used to control dust, capture and properly dispose of waste water. 40
b. If wet saw cutting is performed, capture and properly dispose of slurry. 41
K. Employee Parking 42
1. Provide parking for employees at locations approved by the City. 43
L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 44
Construction Specification [if required for the project] 45
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
1.4 SUBMITTALS [NOT USED] 1
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.6 CLOSEOUT SUBMITTALS [NOT USED] 3
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.8 QUALITY ASSURANCE [NOT USED] 5
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.10 FIELD [SITE] CONDITIONS [NOT USED] 7
1.11 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
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.
13
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14 15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
EXHIBIT B 1
2
3
4
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
City Project No. 103494
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 the City’s document management system, or another form of
distribution approved by the City.
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
City Project No. 103494
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction p ersonnel 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 t o provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised July 1, 2011
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor’s responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised July 1, 2011
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised July 1, 2011
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
B. Modified SWPPP
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
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
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
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 list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory
path: 02 - Construction Documents \Standard Products List
A. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
C. Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
D. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored a long 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 ot her 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 Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Specified Remobilization” in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Mobilization” in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost pr ofits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Emergency Mobilization” in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
Walsh Ranch – Quail Valley PA3E
City Project No. 103494
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
SECTION 01 71 23 1
CONSTRUCTION STAKING AND SURVEY 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Requirements for construction staking and construction survey 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. See Changes (Highlighted in Yellow). 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Construction Staking 14
a. Measurement 15
1) This Item is considered subsidiary to the various Items bid. 16
b. Payment 17
1) The work performed and the materials furnished in accordance with this 18
Item are subsidiary to the various Items bid and no other compensation will 19
be allowed. 20
2. Construction Survey 21
a. Measurement 22
1) This Item is considered subsidiary to the various Items bid. 23
b. Payment 24
1) The work performed and the materials furnished in accordance with this 25
Item are subsidiary to the various Items bid and no other compensation will be 26
allowed. 27
3. As -Built Survey 28
a. Measurement 29
1) This Item is considered subsidiary to the various Items bid. 30
b. Payment 31
1) The work performed and the materials furnished in accordance with this 32
Item are subsidiary to the various Items bid and no other compensation will be 33
allowed. 34
35
36
37
38
39
40
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
1.3 REFERENCES 1
A. Definitions 2
1. Construction Survey - The survey measurements made prior to or while 3
construction is in progress to control elevation, horizontal position, dimensions and 4
configuration of structures/improvements included in the Project Drawings. 5
2. As -built Survey –The measurements made after the construction of the 6
improvement features are complete to provide position coordinates for the features 7
of a project. 8
3. Construction Staking – The placement of stakes and markings to provide offsets 9
and elevations to cut and fill in order to locate on the ground the designed 10
structures/improvements included in the Project Drawings. Construction staking 11
shall include staking easements and/or right of way if indicated on the plans. 12
4. Survey “Field Checks” – Measurements made after construction staking is 13
completed and before construction work begins to ensure that structures marked on 14
the ground are accurately located per Project Drawings. 15
B. Technical References 16
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 17
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 18
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 19
on City’s Buzzsaw website). 20
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 21
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 22
Surveying in the State of Texas, Category 5 23
24
1.4 ADMINISTRATIVE REQUIREMENTS 25
A. The Contractor’s selection of a surveyor must comply with Texas Government 26
Code 2254 (qualifications based selection) for this project. 27
1.5 SUBMITTALS 28
A. Submittals, if required, shall be in accordance with Section 01 33 00. 29
B. All submittals shall be received and reviewed by the City prior to delivery of work. 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31
A. Field Quality Control Submittals 32
1. Documentation verifying accuracy of field engineering work, including coordinate 33
conversions if plans do not indicate grid or ground coordinates. 34
2. Submit “Cut-Sheets” conforming to the standard template provided by the City 35
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 36
37
1.7 CLOSEOUT SUBMITTALS 38
B. As -built Redline Drawing Submittal 39
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1
constructed improvements signed and sealed by Registered Professional Land 2
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3
– Survey Staking Standards) . 4
2. Contractor shall submit the proposed as-built and completed redline drawing 5
submittal one (1) week prior to scheduling the project final inspection for City 6
review and comment. Revisions, if necessary, shall be made to the as-built redline 7
drawings and resubmitted to the City prior to scheduling the construction final 8
inspection. 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. Construction Staking 12
1. Construction staking will be performed by the Contractor. 13
2. Coordination 14
a. Contact City and Developer’s Project Representative at least one week in 15
advance notifying the City of when Construction Staking is scheduled. 16
b. It is the Contractor’s responsibility to coordinate staking such that 17
construction activities are not delayed or negatively impacted. 18
3. General 19
a. Contractor is responsible for preserving and maintaining stakes. If City 20
surveyors or Developer’s Project Representative are required to re-stake for 21
any reason, the Contractor will be responsible for costs to perform staking. If 22
in the opinion of the City, a sufficient number of stakes or markings have been 23
lost, destroyed disturbed or omitted that the contracted Work cannot take place 24
then the Contractor will be required to stake or re-stake the deficient areas. 25
B. Construction Survey 26
1. Construction Survey will be performed by the Contractor. 27
2. Coordination 28
a. Contractor to verify that horizontal and vertical control data established in the 29
design survey and required for construction survey is available and in place. 30
3. General 31
a. Construction survey will be performed in order to construct the work shown 32
on the Construction Drawings and specified in the Contract Documents. 33
b. For construction methods other than open cut, the Contractor shall perform 34
construction survey and verify control data including, but not limited to, the 35
following: 36
1) Verification that established benchmarks and control are accurate. 37
2) Use of Benchmarks to furnish and maintain all reference lines and grades 38
for tunneling. 39
3) Use of line and grades to establish the location of the pipe. 40
4) Submit to the City copies of field notes used to establish all lines and 41
grades, if requested, and allow the City to check guidance system setup prior 42
to beginning each tunneling drive. 43
5) Provide access for the City, if requested, to verify the guidance system and 44
the line and grade of the carrier pipe. 45
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
6) The Contractor remains fully responsible for the accuracy of the work and 1
correction of it, as required. 2
7) Monitor line and grade continuously during construction. 3
8) Record deviation with respect to design line and grade once at each pipe 4
joint and submit daily records to the City. 5
9) If the installation does not meet the specified tolerances (as outlined in 6
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 7
the installation in accordance with the Contract Documents. 8
C. As -Built Survey 9
1. Required As-Built Survey will be performed by the Contractor. 10
2. Coordination 11
a. Contractor is to coordinate with City to confirm which features require as-12
built surveying. 13
b. It is the Contractor’s responsibility to coordinate the as-built survey and 14
required measurements for items that are to be buried such that construction 15
activities are not delayed or negatively impacted. 16
c. For sewer mains and water mains 12” and under in diameter, it is acceptable 17
to physically measure depth and mark the location during the progress of 18
construction and take as-built survey after the facility has been buried. The 19
Contractor is responsible for the quality control needed to ensure accuracy. 20
3. General 21
a. The Contractor shall provide as-built survey including the elevation and 22
location (and provide writt en documentation to the City) of construction 23
features during the progress of the construction including the following: 24
1) Water Lines 25
a) Top of pipe elevations and coordinates for waterlines at the following 26
locations: 27
(1) Minimum every 250 linear feet, including 28
(2) Horizontal and vertical points of inflection, curvature, 29
etc. 30
(3) Fire line tee 31
(4) Plugs, stub-outs, dead-end lines 32
(5) Casing pipe (each end) and all buried fittings 33
2) Sanitary Sewer 34
a) Top of pipe elevations and coordinates for force mains and siphon 35
sanitary sewer lines (non-gravity facilities) at the following locations: 36
(1) Minimum every 250 linear feet and any buried fittings 37
(2) Horizontal and vertical points of inflection, curvature, 38
etc. 39
3) Stormwater – Not Applicable 40
b. The Contractor shall provide as-built survey including the elevation and 41
location (and provide written documentation to the City) of construction 42
features after the construction is completed including the following: 43
1) Manholes 44
a) Rim and flowline elevations and coordinates for each manhole 45
2) Water Lines 46
a) Cathodic protection test stations 47
b) Sampling stations 48
c) Meter boxes/vaults (All sizes) 49
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
d) Fire hydrants 1
e) Valves (gate, butterfly, etc.) 2
f) Air Release valves (Manhole rim and vent pipe) 3
g) Blow off valves (Manhole rim and valve lid) 4
h) Pressure plane valves 5
i) Underground Vaults 6
(1) Rim and flowline elevations and coordinates for each 7
Underground Vault. 8
3) Sanitary Sewer 9
a) Cleanouts 10
(1) Rim and flowline elevations and coordinates for each 11
b) Manholes and Junction Structures 12
(1) Rim and flowline elevations and coordinates for each 13
manhole and junction structure. 14
4) Stormwater – Not Applicable 15
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16
1.11 FIELD [SITE] CONDITIONS [NOT USED] 17
1.12 WARRANTY 18
PART 2 - PRODUCTS 19
A. A construction survey will produce, but will not be limited to: 20
1. Recovery of relevant control points, points of curvature and points of intersection. 21
2. Establish temporary horizontal and vertical control elevations (benchmarks) 22
sufficiently permanent and located in a manner to be used throughout construction. 23
3. The location of planned facilities, easements and improvements. 24
a. Establishing final line and grade stakes for piers, floors, grade beams, parking 25
areas, utilities, streets, highways, tunnels, and other construction. 26
b. A record of revisions or corrections noted in an orderly manner for reference. 27
c. A drawing, when required by the client, indicating the horizontal and vertical 28
location of facilities, easements and improvements, as built. 29
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 30
construction staking projects. These cut sheets shall be on the standard city template 31
which can be obtained from the Survey Superintendent (817-392-7925). 32
5. Digital survey files in the following formats shall be acceptable: 33
a. AutoCAD (.dwg) 34
b. ESRI Shapefile (.shp) 35
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 36
standard templates, if available) 37
6. Survey files shall include vertical and horizontal data tied to original project 38
control and benchmarks, and shall include feature descriptions 39
PART 3 - EXECUTION 40
3.1 INSTALLERS 41
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
A. Tolerances: 1
1. The staked location of any improvement or facility should be as accurate as 2
practical and necessary. The degree of precision required is dependent on many 3
factors all of which must remain judgmental. The tolerances listed hereafter are 4
based on generalities and, under certain circumstances, shall yield to specific 5
requirements. The surveyor shall assess any situation by review of the overall plans 6
and through consultation with responsible parties as to the need for specific 7
tolerances. 8
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 9
tolerance. Horizontal alignment for earthwork and rough cut should not exceed 10
1.0 ft. tolerance. 11
b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 12
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 13
walkways shall be located within the confines of the site boundaries and, 14
occasionally, along a boundary or any other restrictive line. Away from any 15
restrictive line, these facilities should be staked with an accuracy produci ng no 16
more than 0.05ft. tolerance from their specified locations. 17
d. Underground and overhead utilities, such as sewers, gas, water, telephone and 18
electric lines, shall be located horizontally within their prescribed areas or 19
easements. Within assigned areas, these utilities should be staked with an 20
accuracy producing no more than 0.1 ft tolerance from a specified location. 21
e. The accuracy required for the vertical location of utilities varies widely. Many 22
underground utilities require only a minimum cover and a tolerance of 0.1 ft. 23
should be maintained. Underground and overhead utilities on planned profile, 24
but not depending on gravity flow for performance, should not exceed 0.1 ft. 25
tolerance. 26
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 27
specifications or in compliance to standards. The City reserves the right to request a 28
calibration report at any time and recommends regular maintenance schedule be 29
performed by a certified technician every 6 months. 30
1. Field measurements of angles and distances shall be done in such fashion as to 31
satisfy the closures and tolerances expressed in Part 3.1.A. 32
2. Vertical locations shall be established from a pre-established benchmark and 33
checked by closing to a different bench mark on the same da tum. 34
3. Construction survey field work shall correspond to the client’s plans. Irregularities 35
or conflicts found shall be reported promptly to the City. 36
4. Revisions, corrections and other pertinent data shall be logged for future reference. 37
38
3.2 EXAMINATION [NOT USED] 39
3.3 PREPARATION [NOT USED] 40
3.4 APPLICATION 41
3.5 REPAIR / RESTORATION 42
A. If the Contractor’s work damages or destroys one or more of the control 43
monuments/points set by the City or Developer’s Project Representative, the monuments 44
shall be adequately referenced for expedient restoration. 45
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
1. Notify City or Developer’s Project Representative if any control data needs to be 1
restored or replaced due to damage caused during construction operations. 2
a. Contractor shall perform replacements and/or restorations. 3
b. The City or Developer’s Project Representative may require at any time a 4
survey “Field Check” of any monument or benchmarks that are set be verified 5
by the City surveyors or Developer’s Project Representative before further 6
associated work can move forward. 7
3.6 RE-INSTALLATION [NOT USED] 8
3.7 FIELD [OR] SITE QUALITY CONTROL 9
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 10
City or Developer’s Project Representative in accordance with this Specification. This 11
includes easements and right of way, if noted on the plans. 12
B. Do not change or relocate stakes or control data without approval from the City. 13
3.8 SYSTEM STARTUP 14
A. Survey Checks 15
1. The City reserves the right to perform a Survey Check at any time deemed 16
necessary. 17
2. Checks by City personnel or 3rd party contracted surveyor are not intended to 18
relieve the contractor of his/her responsibility for accuracy. 19
20
3.9 ADJUSTING [NOT USED] 21
3.10 CLEANING [NOT USED] 22
3.11 CLOSEOUT ACTIVITIES [NOT USED] 23
3.12 PROTECTION [NOT USED] 24
3.13 MAINTENANCE [NOT USED] 25
3.14 ATTACHMENTS [NOT USED] 26
END OF SECTION 27
28
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised February 14, 2018
measurement criteria; revised list of items requiring as -built survey “during” and
“after” construction; and revised acceptable digital survey file format
1
01 74 23 - 1
DAP CLEANING
Page 1 of 4
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 74 23 - 3
DAP CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
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.
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
City Project No. 103494
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 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
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor’s Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Walsh Ranch - Quail Valley PA3E
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103494
Revised August 30, 2013
Appendix
GC-4.02
SUBSURFACE AND
PHYSICAL
CONDITIONS
■ R[� I�I E
� N G I N E E R 1 N G
GE�TECHNICAL ENGINEERING FlEP�RT
PRQPQ5E� WALSH RANCH PHASE PA3E
FORT WORTH, TExAS
Prepared For:
�uail Valley Land Campany, LLC
4D� Snuth Record Street, Suite '12DD
Dallas, Texas 75�Q2
Attn: Ms. Akiko 5himizu
August 2D21
PR�JECT NO. 21-25332
www.raneengine�rs.com
R�hIE
EN .ri I NEER�N�
August 10, 2fl�1
Ms. Akik❑ Shimi�u
Quail Valley Land Campany, LLC
�4� South Record 5treet, Suite 12dQ
❑alias, Texas 75�02
Re: Geotechnical5tudy
Propased Vllalsh Rarrch Phase PA3E
Fart Worth, Texas
Rone Repart N a. 21-25332
❑ear Ms. Shimizu:
GEOTECHNiCAL ENGINE�RING
EARTHW�R}t5 C aNTR�L
ENVIRONMENTAL CONSIJLTIIVG
C�NSTRiJCTI�N MAT�R{ALTESTING
Rone Engineering Servic�s, Ltd. {Ror�ey is pleased to submit the Geofechnical Engineering
RepQrtforthe referenced project. The geotechnical engineering services per�ormed for this study
were carried out in general accordance with our Proposal Na. P-31 Q65-21 dated June 8, 2D�'1.
This report presents engineering analyses and recarnmendations far site grading, foundations,
and pavernents with respect to known project and site characteristics, ❑etailed results of aur field
exploration and laboratorytesting are provided in the appendix of the report,
We appreciate the oppartunity to be vf Service to yau on this project. We look #arward to praviding
additional Geotechnical Engineering and Constr�ction Materials Testing ser�ic�s as the projec4
progresses through the final tlesign and con�truction phases. Please contact us if you ha�re any
q�uestions or if we can be af furth�r assistance.
Respectfully submitted,
. �� �"`_' � •
A. Reza Sa�ab�i, P.E.
Seniar Geotechnical �ngineer
1 exas Engineering Firm License No. F-1572
; �� � o � r€�,��
+� ._•--..• ..9�F
SGs::.
r � � *r
f � d
�....... -- . .. ................. .�A. .
�►B G0� R. 5AYA81
.... .... . .. ... . . .... . .. .. ... ...... .
y'-. i 137 52 ��e�
4°�� c, o.��.:
1 !�'�' �..�ENS�..•' G`� w
y�r� �� i��� ��-�'
o$?�D.
Mark D. Gray, P.�.
Partner �
DALLAS � FORT INORTH I ALJSTIN � HdL15TON
32�1 NE LC]OP 820, SLIiTE "I$p ��ORTIN�RTFF, 1'EXAS 7�137 j TEL: ��7.71�.1DA�
= caNrE�vTs
Paqe
1 PR�JECT INF�RMATI�N ..................................................................................................... 1
2 PIJRP�5E5 AND SC�PE �F STIJ�Y ................................................................................... �f
3 FIELD EXPL�RATION AND LABURATORY TESTiNG ........................................................ 2
4 GENERAL 51TE C�NOITIDNS .............................................................................................. 2
4.1 Site Geolagy ....................................................................................................................................... 2
4.2 Subsurface 5oil �anditians .................................................................................................................3
4,3 Groundwater .......................................................................................................................................6
5 ANALY5IS �F SITE AN� FflLlNOATI�N ALTERNATIVES .................,........._,_.,......_..._..._... fi
5.1 Geote�hnical Analysis ..... ................................................................................................................ 6
5.2 5ubsurface Volume Change Potential ................................................................................................$
5.3 5eismi� 5ite Class - -� ....................................................................................................... �- �9
6 F�lJNOATI�N SYSTEM REC�MMEiVDATI�NS ................................................................. 10
6.1 Graund Modification and 5ubgrade Trea#rnent ................................................................................1d
6.1.1 Subgrade Recompaction ........................................................................................................... � 1
6.1.2 Exca�ation Safety Gvnsideratians .......................•--...-•••-..._...,_..._.._..._..._.........._........................'!1
S.2 �oundation 5tructure ................................................................................. ....... � ...................11
T 51TE PREPARATI�N FOR C�MSTRIJCTI�N .............................................................,....... 11
i.1 General ..............................................................................................................................................11
7.'2 Existing Gratles ........................ .................................................... ................................................. 1 �
T.3 Excavations ............................ - - - - -.........._..._.... -� ��- - - ...._... ........ .....................- -�-1�
$ C�NS�RUCTfON �F SIJBGRADE FILLS .. ......................................................................... 12
8.1 5ubgrade Preparation ....... ......................................................................... ................................... 13
8.2 Subgrade Fill Construction ...................... . •..........,........_...,._....................................................... 13
82.1 Project Fills ............. ..................................................................................................................13
8.2.Z Fill Nlaterial Requirements .........................................................................................................'�4
$.�.3 Borrow Selectian � . .................................................................................................................. ��
8.3 Fill Construction 5pe�ifications . . ..................................................................................................... ��
8.3.1 5ubgrade Recompaction and Grade Raise Fill ...................._..--.--.--..--•-..-.--.-.-.--.._......._._........... �5
8.3.2 Utility7rench Backfill ............................. � � - - •..................................,..........................,........1fi
8.3.3 General Site Fills for 5ite Grading and Drainage ......................................................................21
8.3.4 Carnpaction 5pe�ification Summary .........................................................................................21
8.�1 (�uality Control and Field Verifcation Testing ..................................................................................21
$.5 Constructian �versight ............................ • � ..................- - � - - � - ........_........-� � - - ..........22
9 BUILDING F�llNDATIDN STRUCTIJRE, .............................................,..,.,.................,....... 23
9.1 51ab Foundation ....................................................................... �.....,..,...,....,....,.......,.........,..,,..,.....23
10 RETAINING WA�LS ........................................................................................................... 24
10.1 5hallow Foundations for Retaining Walls---....-�---.. .....................�---.-- .--.--.............-....---.................24
� 0.� 5hallow Faundation Constru�tian ..-�------.,.........._.,. ...... ............................................................... -�5
1D.3 Lateral Earth Pressures .....................................................................,...._.....,.................................25
1Q.4 Wall Backfill .....................................................�--- - ��- -� -�- ......._..........................._.........._... ..,....._27
11 PAVEMENTS ......................................................................................................�--•--•�-----... Zi
11.1 Rigid Pavements .............................................................................................................................�$
11.� Pavement Base Course ..................................................................................................................29
11.3 Pavement Ganstruction and Maintenance Recamrnendations ......................................................30
1 HDLC �r ��iy I CIV I 7 �
1� SITE COMPLE710N AND MAIhiTENANCE ........................................................................ 30
12.1 5ite Grading and ❑rainage .............................................................................................................30
'12.2 Landscaping and Irrigation ................................,.,.,,......,....,.......,...................................................30
93 5T1JOY CLOSURE .....................................,..........................................,............................ 31
14 C�PYRIGHT 2021 R�NE ENGINEERING SEi2VICESS LT� . ............................................ 3�
aPaEr���x A
piate
VICIN ITY MAP ...............................................
............................................................................................................ A.1
GEQLQGY MAP .................................... .......... ... A.2
„ .....................................................................................
BQRINGLQCATIDN �IAGRAM............................. ........................._..................................,......................,............... A.3
LOGSQF B4RING .........................................................................................••••-................. -• - -- • ......._...._.A.4-A.57
1{EY TD GLA551FICATIQNS ANa SYMBQLS ............. ........................................................••-.......................... A.58
UNIFIEQ SOIL CLA551FICATI�N SYSTEM .... ............................................................................................... A.59
FtEC COMPACTION ❑ESIGN Ck�ARTS ...........................•••-••--..........,...............................,,................. A.$Oa and A.5ak�
FIELDOPERATIO�}S ........ ................................,.._,..._.,.................................,.........................................._................ B.�
LABORATORYTESTING............................................................ • • .....................................-.--•-•-•-••-•............... €3.�
APPEA�OIX C
Pape
lMPdRTA1VT Ih1FORMATIQN AB�UT TH15 GEQTECHlViCAL EhIGINEEF#ING R�PORT ........... .......................... r.1
R� I�[�
, .,..
GE�TECHNICAL ENGINEERING REPQRT
1 PRO.�EGT INF�RMATION
A tabular descriptioh of the praject is included belaw'
Table 1: Praject O�erview
Item
Des�riPtivn
LOC�tiOn The project will be located on the east side of Walsh Ran�h Parkway at the intersection
with V1lalsh A�enue in Fort Warth, Texas.
Praject The proje�t consists of de�eloping a residential �ommunity, with associated utilities and
DeSCriptian Paved streets. Based on grading plans daked April 2021 prepared by Huitt-Zollars, cuts
up ko 9 feet and fills up to 12 feet are planned within the phase.
The 43-acre property is generally vacant and co�rered with grass ar�d scattered trees.
Based data from Google Ear#h, the site generally slopes downward from the west to east
Existing Site and nor#h to south, with elevations ranging from approximately 852 feet in the nor#hwest
Cont3itions �❑rner to 799 feet in the southeast corner. The nearest major reservoirs are Lake
Weatherfard 7 miles narthwest and Lake Wvr#h 8 miles northeast of the site.
Site Wicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A❑f
this repor�. Boring locativns are shawn on the Boring Location Diagram, Plate A.3.
2 PLJRPOSES AND SC�PE Q� STUDY
fhe principal purpase of this study is eualuation af site subsurfaee conditions ta pravide
geatechnical recammendations for the design and construction of foundations and pavements,
ar�d assessrnent of final in�estigation heeds. For these purposes, the study was conducted in the
following phases:
• Borings were drilled and sampfed at approximate 2D0-foot intervals to evaluate the subsurface
�onditions at the boring lo�ations and to obtain soil and ra�k samples.
. Laboratory tests were condu�ted an limiked samples re�overed from th�� borings to evaluate the
pertinent engineering �haracteristics of the foundation materials.
• Engineering analyses were �onducted far foundation and pavement design recammendations.
• ❑nsite soils were evaluated for p�tential sour�es of fill materials required forthe project,
As the Geotechnical �ngineer of Recard serWing this project, we recommend that Rane provide
assistance during the final design phase to confirrn the intent of the geatechnical
o e a s anc as'e A�'- "' • �' - `
Raf�l�
�.. ,�,
re�ornmendations has been satisfied. In addition, Rane Earthworks shatrld be retained to o�s�rve
the fill ��nstruction and ensure the specified canstructian Gontrols are praperly implemented.
3 FIELD EXPLQRATION AND LABORATQRY TESTING
The boring la�ations were defined in the field by Rone Engineering personnel using site
landrnarits, maps and aerial p�atographs. Grauntl surface elevatia�s at the baring locatians were
interpolated from Gaogle Earth� and shauld be cansidered approxirnate. The barings were not
It�cated by a registered surveyar. �he locations and ele�ations are pro�ided far general mapping
purposes and are accurate anly ta the extent irnplied bythe technique used in their determinatian.
A total af 55 b�rings were completed to depths of appraximately 24 feet below existing grades
using a truck-rnaunted drill rig in July 2Q21. The approxirnate baring iacatia�ns are shown on Plate
A.3, Boring Lacation Diagram. Sample d�pth, description of sails, and classificatic�n �based on
the llnified S�ul Classitication System) are presented in the 8aring Lags, Plates A.4 thrflugh A.�7.
Keys to terrns and symbals used �n the lags are also included in Appendix A.
Labaratary tests were perForrned on selected samples re�overed from the barings ta confirm
visual classification, and to estimate material strata, in-situ consalidatian states, a�d ather
pertinent engineering praperties af the materials encauntered. ❑ne-dimensianal swell tests were
perfarmed on selected samples recoWered fram �arious depths. Descriptions of the pracedures
used in the field and labvratory phases af this study are presented in Appendix g.
4 GENERAL SITE CONDITIQNS
�.1 Site Geolagy
Based on the subsurfac� conditians encountered in the borings and the Gealagic Atlas of Texas,
�allas Sheet (pubii�hed by the Bureau of Econamic Geology�; the site appears to be mapped
within the Goadland limestane farrnation �Kgl). The LJSGS Mineral Resaurces Dn-Line Spatial
Data reference c�ntains the fallawing descriptian af the Gaadland lirnestone forrnatian and the
Kiamichi forrnatian.
osedWa s' Ranch phase PA3E �^ ' " '
RQN�
Gcodland Limestone
Goodland Limestone inter-gradational iaterally with Camanche Peak Limestone and differs from
it chiefly in tha# the Goodland is mar�e coarsely nadular, c.ontains fewer and #hinner clay beds, and
rnassive resistant limestone beds are m❑re numerous. �ften undivided within the 1Nalnut Clay
farrnation carnprised of day and lirnestane abaut equally abundant.
Please nQte that the geologic rnapping was originally perforrned using aerial phatagraphy. Loca1
�ariati�ns and anornalies do occur,
4.2 Subsurface 5nil Canditions
The results of the field and laboratory testing ha�e been used ta de�elo� a generalized subsurface
profile of the project site. The strata identified in the borings at thi� site are described below:
Stratu m I
Generally consists of brown to light brown fat clay {CH], lean clay �CL}, lean gravelly �lay [CL� and clayey
gravel (GC} containing variou5 �maunts calcareous nodules frorr� depths as shallow as 1 faot to beyond
the termination depth of approximafely 20 feet.
5traturn 2
Stratum 2 is comprised of tan and gr2y limestone and periodic gray marl. This stratum was encauntered
as shallow as 1 foot belawv existing site grade, but was nat en�aunteretl at all in 2 of the 55 total barings.
Hand penetrorneter readings ranged from 3.� tv more than 4.5 tons per sc�uare foot (tsf} in the
cvhesiWe sails. A tabular surnmary af the sail praperties encountered in the borings is provided
below,
Tai�le 2� Soil Property 5ummary
Praperty
Estimated 5pecific Grawity, GE
Percent Fines [°/oj
Liquid Limit, LL
Piasticity index, Pi
Votd Ratio, e
Molstur� Cont�nt (°/o}
Malsture Increase Potentlai (9roj
Futt Range
2.fifi - �fi9
2fi-93
29-65
13-45
Q.51
7-23
1.2 — 11.9
Predominant Range
2.68
7Q - 85
37-47
19-27
0.51
13-22
3- 8
•Proposed Walsh R�nch Phase PA3E �� — -
RQ N�,...�r,,.�
Vllith sufficient changes in t�noisture content, swe}I pressures are estimated to be approximately
1,flOD psf, Qr less, hased mn the maisture gain relative to the swell percentage rneasured on the
tested sarnples. Swell pressure testing was not completed for the investigatian due to the
generally shaliow lirnestone at the si#e, The existing mvisture content increase potential was
measured between 1 and 12 percent with #he predaminanf range between three and 8 percent.
Ageneralized su�surfac� profile of the canditions ancountered in the barings is included below.
, apvsed Wal Ranch Phase PR3E - -
z �
z �
m
x �
=m �
�
m
�
�
�
N �
� �
� � N
p � 3
� n �
� � 3 �
� w � `�
?a�`flm
�� �
� w � �
x :� �
� �
N � �
❑1 W
� m
�
C
N
�
C
m
� ❑
—� r
ns m
c�
C7 �
v n
't w
�
� �
nn �g
p�w 3rn
C `� @ C1
[9 � N �
D N
3 �
� Q
�
3
N
0
3
�
❑
�
v
�
�
�ry.�
Y
O
�
�
�
m
�
(�
��
�
1l
fD
fU
A � �
,-� 7 p]
� tp N
� o a
� = Q
- N
o � �
� 2
�
� ik ?.
N
Ele�ation (Feet)
�
�
�l -J V �0 � W W W [L GC 0� � N C�
D7 CD iG o 0 N N W W [1 U�
UI O CP C] [71 p []l O (T G (T G U1 O
RQPI�,,..�,
The Logs of Boring should be reWiewed for specific informatiDn at individual baring locations.
5tratification boundaries shown in the logs represent the approximate locatians of changes in
types ❑f in-situ materials, 7he transition between material types may uary between borings, and
be gradual and indistinct. Variations wiil accur and should be expected across the site,
4,3 Groundwater
The borings were advanced using continuous flight augers and the boreholes were abserved fDr
water accumulation during and after drilling far the presence of water seepage. Free water was
obserUed in only ane boring during drilling and was at a sustained depth of 7 feet at completian
af drilling. The remaining borings were dry during and upon completion of drilling operations.
These observations were made during the field exploration, as indicated on the Logs of Boring.
A thorough hydro-ge❑lagi� assessment of the vadose zone qr upper groundwater vvas not
conducted. As such, the study did not include rnonitoring af upper groundwater le�els or perched
water contlitions, A hydra-gealogic study can be canducted upon request to assess the sources
and variatian of in-situ moisture in the uadose zone and groundwater benea#h the site, and hoUv
variaus site development alternati�es can alter those dynamics.
In general, groundwater levels and moisture cantent in the vadose zone �ary climatically and
seasonally depending ❑n topography, lantl use, surta�e hydrology, subsurface hydrogeology, and
proximity t❑ badies af surface water. The rate and extent of these �ariations depend on mariy
variables including subsurface stratigraphy, soil properties, subsurfaCe mpisture sources,
capillary strength, consolidation sta#es, soil structure, thermal cover, and surface infiltratian and
evapatranspiration rates, A lirnited hydro-gealagi� assessment of tY�e vadnse zone is pravided in
Section 5.1 Geotechnical Anaiysis.
5 ANALYSIS aF S�TE AND FOIJhIDATION ALT�RNATIVES
5.1 Geotechnicai Analysis
Foundation alternatives were evalua�ed based on site-specific geotechnical conditions, proposed
developrnent pfans, and known design preferences. Subgrade preparation and faundation fill
elements are critical comp�nents of all foundation systems. Foundatian alternatives for the
prapased devei�pment vvere evaluated based on the following engineering criteria.
pased a sFr R�nc Phase P E . - _ --� G
RC7N�
. Bearrng capacity
. 5ettlement potential
• Valume change {shrink-swell} potential
The rate and magnitude af subgrade volume Change is controlled by soil wetting and drying
cycles. Volume change potential is affected by moisturQ change potential, clay mineralogy,
rnaterial density, soil struct�re, hydra-geologic en�ironment, and confining pressure to swell
pressure ratios. Moisture change potential, material density, and soil structure can be modified
andfor controlled; and clay cantent, hydra-geologic envirainment and confining pressure can be
rnanaged ta limit volume chang� as necessary for each foundation alternati�e. These are key
factarswhen eualuating the ground modification elements forUarious faur�dation alternati�es. The
primary provisions far rnanaging the hydra-geologic enuironmer�t are long-term stabilization of
subgrade maisture levels, and management of desicCation risk.
Groundwater sources have not been fully e�aluated, and a complete hydro-geolog+c study was
not pertormed. Hydro-geologi� assessment of the vadase zone indi�ates the primary moisture
saurce is likely surFace water infiltration with periodic perched water atop the underlying marl and
limestane, The ��rrent soil moisture profile indicates rela#ively maist �onditions in the deeper
soils, implying that capillary rise fram a groundwater saurce located belaw the explored depths
rnay also be a cantributing factor affecting soil moisture le�els at the site, Capillary rise from any
permanent grounduvater wauld help rnaintain deeper maisture levels uvhere Capillary breaks are
absent. Gapillary breaks appear ta exist in scattered layers and pockets as gra�elly clays. Other
gran�lar capiflary breaks may be present in unexplored areas of the site. The site is unde�eloped,
rela#i�ely open, and generally well-drained. Surfa�e water storage is negligible, and the site
exhibited minorthermal cower, 5urfa�e grades generally slope downward frorn west ta eas# antl
north ta south. Hawever, the underlying bedra�k gradient did not exhibit consist refle�tion of
similar topography.
ropose s - 8nc ase ' •- " - � . - -
f�����.t ,,, �,...
- �
■ D-2' n� -- = 4S
Arg. IrrSitu MC% by Depth
31
��
��
��
;; �-
-- »
� __
� ?l
G
o �`
� Yl
15
]'
11
i�
- � � -•
� o-8 r- e-la' 13-_5
■ 18-?D'
Foundation systems often require ground modification within the wadose zone. Each ground
modifi�a#i�n elernent includes provisions for limiting moisture content variation, and preparing for
its effects. The following ground modificatian elernents were evaluated far shallow foundation
alternatives:
• �feed and extent of subgrade repla�ement ! re-compaction fill,
. Management and kolerance of in-situ conditions below ground modification depths,
• Grade raise elements,
• 5trength and stability requiremenks af each foundation fill elernent; and,
. Subgrade stabilization optians.
5.2 SuE�surFace Vvlurne C�ange Potential
For this study, a lirnited assessment of swell poter�tial was perfarmed; swell pressures were nat
measured due ta the generally shallow depth ❑f lirnestane and the limite�i swell per�entages with
�omparatively }arge mnisture changes, Swell test results are summarized irt tF�e table below:
Tabl� 3: Swell Pvtential
Boring ��pth Load
(�1 fRs�}
B-'E 3 3 7 5
&2 7 875
B-4 5 6�5
&9 5 625
B-13 7 875
8-t9 � 875
B-3$ 2 375
B-39 8 1125
8-4U 4 625
Figure 2: Average 5ail Moisture Profi}e
PlastJcity Percent
Index Fines InitTa�l Flnal
2� -- 17,7 21.1
-- -- 15.2 18.2
-- -- 14.8 18_9
-- - 13.6 1 �_4
-- -- 1 �.9 22.2
-- -- 10.Q 17.�
19 -- 10.9 17.8
13 -- 19.6 15.0
28 -- 12.9 20.�
Moisture [°/o}
Incr�ase Increase Potentlal
3.� 3.7
3.� 3,2
4.1 4.3
2.8 3.0
5.� 5.�
7.0 7.2
�.9 i.1
3.4 3,4
i.7 7.9
5w�11
�°/oj
O.D
0.1
�.D
1.0
0.0
o.a
0.0
0,0
0.1
- ,T� } _
pose� Walsh Ran�h Phase pA3E P A' E ��
RONE j
�
�oring ���th Lo�d P1�sticiky Percent
�ftj (psf} Index Fin�s �nitial
8-49 2 375 17 28 11.fi
B-5D 4 625 41 33 17.fi
B-52 2 375 21 2� 10.5
6-53 4 625 22 4� --
Mo�sture {�bj
Final Increase lncrease PaterKial
23.3 11.7 11.9
18.6 1 .0 1.2
'17.� 6.9 7.1
Swell
��lu�
�.2
�.0
0.0
0.1
The sw�ll test results indicate low swell potential in the upper soils. Correspanding swell
pressures are expected ta als❑ be low. For design, we estimate a swell potential of approximately
p.2 percent, and swell pressures af approximately 1,Od0 psf.
As a supplernental reference, Potential Vertical Rise {PVRj was alsa estimated in general
accordance with the �exas ❑epartment af Transpartation (TxDOTy Test Methad Tex-�24-E as an
additional means of e�aluating swell potential. The TxDOT method is empirical, assumption-
based, genera}ized, and based on correlatians with the Atterloerg limits, density, and maisture
content of the soils at the time of the inWestigatian. All canditians governing swell patential are
not accounted for in this procedure. This procedure v�as applied to a 12-foot deep acti�e zane
for soils in a dry moisture condition. Based on tlhe TxDOT method, the estimated PVR is about
1 5 inch. Based an aur analyses, the following parameters hav� been used to e�aluate foundation
alternati�es and design:
Table 4: Llntreated Sui�grade Moaement Potential
Material
Clayey 5oil
Design Depth �feet}
na
Estimated Swell
Pr��sure �psf�
1,Q��
Untreated Swe[I
Potential �inchesj
r�
5.3 Seismi� Site Class
The site classfor s�ismic design is taased vn �everal factors that include suhsurface profile, shear
wave �efocity, density, relative hardness, and strength, a�eraged over a depth of 100 feet. The
borings for this project did nat extend to a depth of 10� feet; therefore, we assumed the canditions
belaw the depth of the borings to be similar to thQse encountered at the termination depth of the
borings. Based on Sectior� `lfi`I3.2.2 of the 20'18 International Building Code and Table 20,3-1 of
ASCE 7-16, we recomrnend using Site Class C�Stiff SvilfWeak Rockj for seismic design.
Prvpnsed W81sh'Ran�h Phase A E' �� ' +`:` � � �. � ' •=' `'' r"'�� ,
Ral�i�
�,� ���
B �C3LfNDATInN SYSTEM RECD�VIMENDATIDMS
Design evaluations have been rnade for the building foundatian system� based an aur current
understanding of the project and the available subsurface informatian. The proposed buildings
may be supported on slab foundations bearing within control�ed fill or native soil. A schematic
cross-section af the foundation system is provided below.
Figure 3: 51ah Fnundati�n Crass Section Schematic
Subgrade madification should result in the following ground stahility improvements when
canstructed as required in this report. �hese parameters should be used for design Oi fhe
structural faundation system.
Table 5: Summary of Estimated Ground Impro�ernent
�hiGkness frorn Final Estimated Swall Swell Pvtential at
Material I Pad Ele�ation (feet] I F�ressure tpsf� f Finished Pad [inc�esy
f�atural ar Controlled Fill 0 to 1�2 600 �1
Subgrade
Fat CIaylLean 2 t� ��+ 1 aDD IVp,
CIaylGravelly Clay
LimestonelMarl 2 to 20' NA NA
fi.1 Ground Madificatian snd Subgrade Treatrnent
Madification of the existing subgrade rnaterial is designed tv control the building pad subgrade.
Any graderai��fill used ta achievefinal pad elevati�ns sen►es a similar purpose, Over-excavation
is nat required f�r subgrade treatment; however, all fill should be placed using the cornpaction
Controls recommended in this report. Controlled fill should extend at least 5 feet laterally beyond
the proposed buildings to allnw for adequate edge preparation. In areas where adjacer�t flatwork
abuts the buildings, the recompacted subgrade should extend the full width of the pauernent t�
back of curh, or landscapa area.
raposed Walsh Ranch Phase PA3E `�- � P A G E� 0
—�.
Gus -- - F.�stir+pCi e
Floar 5iab
-^`� ftMtornpxclad �� ' n � Ia 2' T �,
S�rx�adC J � a S� ����� I
�..r_-._•s--•--Csraq�►$1�rs�6-,,'`... . - --NenMe; � •_�-,_-_--^ :... . .. '.;..r._ ,_ ,_ ..._ ...M___.__.._��- --•- � ---- •
�#��E,
�
B,'I.� Subgrade Recampactinn
The subgrade recompa�#ion is design�d ta restructure the cohesive soils such that strength and
�olume change can be better controlled, Determination af the �ornpa�tion energies an�i
compaction efficiencies required for the existing soil properky r�nges enable this control, Effe�tive
construction contrals for the proposed fll elernents are prouided in Se�tion 8 Constru�tion af
Subgrade Fills. Estimated eonstructivn perform�nce and results �re alsa in�luded.
B.1.Z Exca►��tion Safety Considerations
All ex�a�ations� s�ould be sloped, shared, or shielded in accordance with OSFiA requirer�ents. It
shoul�! be noted that in accordance with Texas State �aw, the design and maintenance of
excaUation safety systems is the sole responsibility of the constru�tion contractor. �SHA
Standards 29 CFR — 1926 Sul�part P, in�luding Appendices A and B, should be referenced far
guidar�ce in the design of su�h systerns.
6.2 Fvundation Structure
Slab foundations bearing in contralled fill ar suitable native soil may be used to support the
proposed structures, pravided fill construction is contralled as rec�mmended in this report.
Ground maaement potential will be limited with the reCommen�ed tlesign provi�ians; h�we�er,
grade-supported slabs should be desig�led taacoommodate the estirrtate potential �ertical ground
mavernent. A rnoisture barrier should be placed immediately beneath the concrete slabs.
7 51TE PREPARATION FQR CONSTRUCTIDN
T.1 General
Existing foundations, structures, deleterious materiafs, debris, utilities and other manma�ie
features shoul� be remaved, an� existing utiiities should be relocated in accQrdance with the
project plans and specificatians.
7.2 Existing Grad�s
All �egetation and org�nic matter shoul� be remo�ed from w+thin the proposed �anstruction limits,
including tree stumps and root systems. Remo�ral should e�4tencf at least 5 feet beyond the
perime�er of grade supported structures, axcept v+rhere it must be maintained according to the
design documents. Uniess otherwise indicated in the spec+fications, all ma�erials resul#ing from
� _ �n•, - -r-� --�,•, , r
rvposed Walsh R�nth Phase'PA3� ~� �
R�NE j�
f4..�1 �
clearing and grubbing oper�tions shauld be properly disposed. Irr no case should any arganic or
deleterious material be used within the earthwarks orfill materials, ar permanently plaCed onsite
exeept where autharized by the geotechnical engineer.
7.3 Excavations
All excavati�ns should 6e performed to fhe limits and grades indi�ated in the design dacuments.
Thi� study was not perfarmed to eualuate the difFiculty of ripping, processing andlor excavating
the on�site materials, or estimating the volume of th� excaaated materials. The earthw�rk
�on�ractar should have experience in construction and exca�ation within these materials, The
Contractarmust use his ar her own experience when making de�isians regarding means, methads
and co�ts to a���rnplish the proposed canstru�tion, in�luding exca�atian taals, excavation rates,
and number of trucks.
8 CONSTRUCTIflN OF SUBGRADE FILLS
5ail fill elements are critical components af any faundation system. Strength and sta6ility of fhe
fill is essential to lirniting su6grade moaernents 6elow foundations, floor slabs, and paWernents.
Mechanical soil compaction is designed to irnpra�e the engineering properties of soils; however,
the desired �ompactian standards are often not achie�ed during construction. The soil
canstruGtian specificatians in this report provide for effective compactian control, including direct
dat� uerification and real-time control.
The fill construction specificatians pro�ided in this repart are designed far the specific
geotechniCal requirements af this project. 7he specifications provide the construction �antrols
needed to prepare cohesi�e fills for saturatian and drying patential. If the specified �ontrols are
nat properly implemented, the fills will be vulnerable to strength loss and swell with saturatian,
and potential shrinkage frorn drying. The initiation af s�rrinkage or swelling usually leads to
increased shrink-swell Cycles with rnoisture �ariation, The design of these sail carnpactian
specifi�ativns inciudes estirnates of cornpacted soil properties corr�spanding to varying
compa�tion energies and cflmpaction efficiencies, enabling assessment af the final compacted
perfarman�e af the fill.
The construction specificatians below will prepare the fills for potential saturation; however, th�
environments of these fills must maintain generally rnoist condi#ians without excessive drying. In
pvsed Walsh anc Phase PA3E r � P A e
R�hl�i�E��il
many cases, equilibri�m maisture ranges can be established during construction, �3ut in other
cases equilibrium moisture cannot be achi�aed wi#hvut angoing maintenance follawing
canstruction. Potential maintenance requirements forfills on this project are discus5ed in Sectian
12 5ite Campletian and Maintenance.
8.1 Subgrade Preparativn
Afker site clearing, fhe exposed subgrade should be prepared for canstruction of foundation fills.
All areas that will underlie foundations, flovr slab5, pr pavements will require graund modification
as presented in the following sections.
Expasad subgrades in cut areas of 3 feet or less shoultl be s�arified to a depth of 8 inches and
recampacted wet of the ❑ptimum moisture cantent at ft,lll cvmpaction in eonstruetion, to at least
95 percent of maximum density in canstruction, as generated by a CAT 563 fQQted cQmpactor or
appra�ed equi�valent. Field verification testing will be conducted in accordance with 5ection 8.3
Quality Contral and Field Verifi�ation Testing. Any areas where the specified properties are
not achie�ed often indieate a soft or low modulus subgrade is present below the compacted lift.
If testing confirms that saft soils underlie any section of the recompacte�i surfaee, those sections
should be o�erexcavated and recompacted in lifts as required �y the Geotechr�ical Engineer.
8.� Subgrade Fill Construction
All foundations and pauements include a structural fill element. These fill elements are critical to
ground modification requir�ments and the strength and stability of each foundatian. Fill
construction requiraments depend anthedesign purpose and seruice conditionsvfeach fill. Each
fill element should be constructed to achie�e the properkies required for the lang term stability of
the fo�ndation, Each completed li�t should be maintained at the recommended moisture lev�l
until placement af s�bsequent fill ❑r permanent protecti�e cover such as pavement or fivor slabs.
8,2,'E Project Fills
The fill �lements identified for this project are listed below:
. Re�flmpactifln of existing subgrade and grade raisa below flaor slabs and pavernents
lJtility trench backfill
. General fills far site grading and drainage
�• roposed Walsh RancFi Rhase PA3E' '' ' ' - • • • �
RQN�
8.2.2 Fill Material Requirements
The fallowing table pra�ides general praperty requirements and applications forthe cahesive soils
that rnay be used as fill an this praject.
Tahle fi: Fill Material
Material Soures Rroperty Ranges Use
1Uatiue 5oil �n-Site NA I Building and Pauemenk Subgracfe
Sill s�il classifications are not �CCept�ble. Gra�el �ontent should be generally less than 2U
percent. Fill should be free of organics, debris, large rocks, and deleterious material.
$.2.3 Borrow 5ele�tion
Rone can assist the contractor in the selection of borrow saurces and cornpactor pairings in arder
to a�aid or reduce moisture amendment needs during constructian. 1Nith this assistanGe,
perrnissible soil property lirnits may als❑ be expanded by mat�hing, the �ompaction energy of
specific compactors with the soil and moisture ranges of fill material,
�ar improved cantrol and more �onsistent fill properties, stratified borrow sources appro�ed for
use as fill should be exca�ated in a manner to reasonably produce cansistent rnixing �nd
increased unifarmity of the fill materials. The Geatechni�al Engineer of Record can provide
additional guidance far this as needed.
8.3 Fill Constructian Spe�ifications
In general, all fill soils should be plaGed in consistent laase lii# thickn�sses and compacted fully
and unitormly across ea�h lift. The maisture content at the time of cc�mpacti�n should be wet of
the ❑ptimum moisture cantent in constr�ction as defined by the fiefd �ompaction curves prouided
in this repart. Any rnoisture modifications that may be required should be performed before
campactior�, Each liff should be �ornpacted using at ieast the minirnum nurnber of passes
required to achieve full campaction as pravided i�y the Geatechnical Engineer of Recard.
The compaction spe�ificatians f�r soil construction provided in khis report have �een de�elaped
for each fill expected on this pr�ject. �hese spe�ifications are based on the predetermined
c�mpaction perforrnan�e of specific cornpactorand soil cambinations relatiue ta the knawn praje�t
design requirernents, The recomrnended cantrols have been developed based on fill material
. opvsed Walsh n�t► Phase PR3E � - P A G E � 1
F�DN E /
�
and property ranges determined during the site explaration, and typical compactars suitable far
these filfs and fill volumes, The specifications emplay family-of-curve methads for compaction
curves produced during canstruction in order to use the compactor's performance far Gantral and
accommadate soil uariation during canstruction. RECTM Compa�tion Design Reports supporting
this analysis, along with the resultin� prvicess control requirements, are included in the appendix
of thi5 repart. The construction specifications and illustr�tions of the performance, range and
limits af construc#ian for each fill type are pro�ided belaw. At the end ❑f this section, a summary
table is provided as a quick reference for the fill specifications, Additianal infarmation can also be
pravided regarding alternative compact�ars to accaunt for changes during construction and optimal
selection by the earthwark contractor.
All completed lifts should be pratected from desiccatian as saon as pra�tical. Completed lifks to
be expased mare than 1 day should be kept wet with light w�ter application. Campleted lifts
damaged b� desiccation, erosion, construction traffic; or other disturk�ances should be scarified
and re-compacted according to the process �ontrol requirements for that particular fill.
8.3.1 Subgrade Recnrnpaction and Grade Raise Fill
The building pad suk�grade shauld be fully and unifarmly compacted to final pad elevation.
Moisture levels should be wet of the optimum moisture cantent during canstructian as required in
Se�tion fi.1, according tv the following process cantrol specifications. The depth a1f
recnmpactian, if required, �+vill be determir�ed during the final geotechnical study, but is anticipated
tn be 2 feet or less.
Use a faoted compactor equivalent fo a CAT 563, as appro�ed by the Geatechnicaf Engineer of
Record. Compact in 9-inch laose lifts to at least 92 per�ent of the maximum dry density in
constructian and tv an air percentage not ex�eeding 6.� percent. The optimum moisture content
and maxTmum density in construction are determined from the field maisture-density curves (fieid
campaction curves} generated by the eompactor far the range of sails used in constructian. This
family-of-curve range for the specified campaetar energy is pro�ided �y the Geotechnical
Engineer af Record.
Figure 4 provides the perFarman�e and design construction range for the speci�ed compaGtor
and the in-situ moisture ranges relative ta the de�ign moist�re range for construction. This
specificatian range can be refined with more soil information pr�or to ar during construcii�n. An
Propcsse a sh�Ranc P ase�PA3E� -' ^�'�r P A G
RQN���..,,
illustration of this cornpa�tron specificatiion is provided on the Compaction Cantrol Chart in
Figure S. Tne Campactian Control Chart includes the required constructian range and minimurn
numher of passes required for full lift compa�tion. The constructi�n range prowided is anly �alid
f�r full lift carnpaetion using at least the minimum number of passes. Additional �ontrol
spe�ifications are noted on the chark. It is critical for the strength and stability of the frll that each
lift is fully and uniformly Cornpacted using at least the rninimum nurrtber of passes for the
compactor-sail range cornbination. Figure 5 can be used as a separate reference during
�onstruction. The RECT'" Compaction ❑esign Reports covering the soil ranges at the site are
included in the appendix.
8.3.2 Utility Tren�h Backfill
Utility trench hackfill should consist of an-site clays and gra�el fully and unifarmly compa�te�d in
6-inch loose lifts wet of the optimum moisture content to at least 9� percent of the maximurn dry
density, as determined frnrn representati�e Standard Proctor curves normalized on the lab line-
of-optirnums for the soil range used, and carrected accarding to standard dry unit weight relations,
Air cantent should not exceed E,� percent, ihe family-of-curves and constructian acceptance
range will be pro�ided by the Geotechnical Engineer of Re�ord. Suitable hand-aperated
cvmpactian equipment should be approved by the Geote�hni�al Engineer of Recard.
The general perFarrnance, range and lirnits af #his construction using the recammended
compactor is illustrated on the Compaction Perfarrnance and Design Chark in Figure fi. This
specifi�ation is presented graphically on the Compaction Control Chark in Figure 7; howe�er, it
should be refined as necessary prior to �onstructi�n using adtlitianal subsurface information.
Figure5 4 t�rougi� 7 are included below.
ro`posed Walsh Raneh Phase PA3f � - -
a �
A �
y
_
� � .
0
�m,
;n
�
��
7 r
A N
�_
� �
3 j
� 2
� �n
��_
J F �
~ � _
�� �
�' � m
��
�
W
'r I n
�
rt
W
C
O �
_❑
2 �
G? �
a �,
z �
❑ �
� Z
mm
� �
m T�
❑
� � T
(j7 � .�5
Ca
z z
L'f � A
m
O Z
m ❑
� O
f7 N
� �
Z Z
� �
C-7 i]
� �
�
z
'3] .:J u
..� � �r
"� I I I I I
0 0 0 0 0
,a �c os m �
V --5�_„11 �+ 1
�
i
1
i
�i
� �
�
�,�
�' � _
� � �
� i �
� � r.
� � c
u:i �
� n � c
ni � �
� , �
Ury L7ensity (pr.fJ / Void Ratio (ej
� � � � ., :
.� ,.� G• �n :� �-
c a o c o 0 0 0 o c o o �
�, a� � a :n � �a a a :a i.., �i, c�,�
n.; cb p, � � w �p a w q � r.�
C �
n �
�
o��a N 'm
m
C '"
h O �
w n � m
m � _
u; °4 a � N
�, o
a m � � o
� � � It I+
� � �' � v sNr�
x Q; m '* 3: �
�+ � n
+'+ m o
�
� o �
� �
o � +
-• °r a
� n �
o� m
�
oa
ro
�
� � r" � �' Q r
rJ I � p F-' ^ ♦r
�- I � � � � /r
I � � � � Jr
F-' 4G /
i n '�, [n f° ��
� •
Ci+ i+ .�.. _ _ •
--- a w ni � �
�.�--- � ---- � � r
o�r I'�' � � 3. e / f��
� �-
� I � I C C T � +�
� I 1 I N pq y j !
� i � i �
� i � � � � � � 'rr
� � r�-r � n� fD � •
rC i � i O � � ;
W�� �Q s,� I !.
�'1 I�T I� N .. J !
i
C I [„µ�l I � � ~ � i�
� V
� I i
� I a� � I � I+ I+ � ��
� � � � ° o � �
I i � �
��rro ^, i � � �' .� i �
_'_ ��" r,.i i'� if i � I
---- � C 4 i� � c
c �_ \ I c� 7 � in � I �
� -
�, �
� I � I ,� �i � �
� i v' � ^ •
i
Lu i C � !� N w+ 2 d � 0 o p r� r r
� I � � � rf I�o ,� � a � � f° �- " �
� y��o�� � / r/ r�o o"i p� � I � � � a � � �' � �' �
V ► ro i � �� � � � 3 0 � � � � � y � a
------ i u� � ,� � ? Q N � � �
� I i � � n � � ; � � � 3 �
� , -. o o � � . N � o � �
Y ' �' -
� _ � _ � � � � � � � p� �r N �
_ _—_ Cl � � Q C
�
�
�
� .Z1 .Z1 ❑ T1 �
v m m � r �
� C C r`' I� �=
� rn cn s z `m
Q m m z p n
m � � m � �
m � W � � � `
� ..,
N
U] _
N
W
❑ ❑ v v `�
Y Y A Y �
1 1 � �
m m m m
� �
�: m
f` N
k: ?� 4
�
: rp rL �D 7 x �1 �
r r1 0 0 �� � � a
� rf Ln A a a � �� �q � a a f0 Q �
� m C-1 T'-�' � � � Ov �n Q 7 C
� � � m = �v m ? � Q � � o ; 3
N � v+ � � I . 3
� 7� on �. � o � � o oi m c o
� � � � � � �
� . c�, ±� � a� 7. y- ? r °� ° t o
� � � `�
�� T C � �t: [.0 � o � a � � � ..,
o � � �
/ 1 94 �� I 0� � � fc � �" �D � C �
� I H r a 2 r�a o rn���� m._, � �c, ��� � 4' � - c
. �
�r � � � � - � � � � f° � � '� � "` � o 0
s�, -3 m
e n - a-
�
� _ r: . ❑ ry m w, � o� � 3 r. � �' � c� � a
J � � l � � � � • �: K O '� � G
� `� � ��� 3 r�-� o a� � � M
m `� S � �
'I a � � � n � � y N' `c Q' � oi � O
I rc � a y ❑ � — � � � - �' � �
d
I � �� o a � ~ � � y � ` C � � n
o � � � �3., !s � � � 3 3 q
I f' `" O y I r+ a rc " 2 a 3
� � G � �.7i N C y C nli .. y. N
� � � � d V n �p �� T y C
� ai Q N y C V d� N �l � r.
1 r^ r' I � . � c^ � � "
� q
If �. � � r.� �� 3 a a � p 3
` ; 3 � m -
Ir C ; � . V +} � � n R �.
. - �, � v � _ ,� �;
� . � � ,
� � � � � � n
f �
� �- N.
�
W �
r �
I �
Q �
ti �
�O �
❑
�
�
�
rr
�
�
n
i
C
O
Q.
�
�
r+
O
�]
� �
�1
�-r
t�
n
ti'i
O'�
w
�
r�F
�l
r+
n
�
❑
�
�
�
�
n
2
�
S
iI�
Cb
�
7
�
l�
�
n�
x
r
O
�
N
r
rt
T
r [
d
�7
G1
7
�
�
d
�
�
�
�
�
{.i-1
n
v
�
r
4�
■[
�
�
N
j"r
N
L17
W
W
N
�
�
C1
�
�
�
�
�
n
�
�
�
�
N
�
�
��1%
rn
f�
�
Q
�
,C
a �
� �
� � .
�
�
�rnin
m
m
n
y �
N�
� r
� �
�_
^� n �
O ��
'i °; S
� F
� w =
n`e 7
v' � f1l
s �
nm
ro
�
m
c�
�Q
Q�
Z
�n
a�
a_
Q �
nz
n
m�
��
m�
Z Q
� � „
� n C
� _ �1
W � m
GT] � :n
N �
n„
Q Q
m�
�n
m�
c� �
Q N
� �
N �
� C
� �
C �
� �
�
Z
�ry Density �pcf} � Void Ratio (e)
cx ti tc �' •' �-. �. �-.
�- c ,r � � � G c �
�� I I I I I 1 I I I I I 1 I I i 1 I
c o o v c c e q e a e p o c c o a e
� e oo a, ., :, 'v, a 'v, �, c„ ia a a a w � ry
., r., .� r... ., r., � a c m w � c� w o .�
G
s
�
�.
�
6
rn
�
O
� �] �] O �1 �
� rn rn � � �
� C C y m �
� U US
��moznn
rn � � �
q� � � � m � ti
❑ �
�
N F+ 2
D
�
��oN
'° - 3
� `°a �
�� o
��a
� � o
N �
�N�
� o,
v c
� � �
� � y
�a�
� g a
T��
� �
���.
C �
� � 'r1
���
n � O
C � _
N
� � �
�o�
� s
�
� � �
� � �
a
�a �
�
o��
� � �
� a, c
� o
? � �.
ro �
N v
01°'
� �
� - �
O N �
— o �
ti
Cn Y
N
�
O Q ❑ ❑ N
� a � �
rn m rn m
o� m
m �
Q O �' �
j N
0
��
� x
� �.
o �c
� o
m �
ro �
�
�
�
0
�
r~A
n
a
�
ID
�
�,
� �
�' E w ��
,� o , •
�, Q � �
� N � �I
� n .
� r� m .
� V ��
� �Q , � �� � � f
Z �
"r �
o ! � f.
m ,
� , .
re �
r
� r
�
� � :
� ,
� t
o % �f
� I .
� �
/
f
.
�. '
!
� ,
•�
�
� '
�
�r
% '
� rn v+ A w r.� F- r�
� O
. r �
f
�� O� r7 � v� a � O
� � � ? f0 C � N
J � � � � j 4 c � �
� V �y ro
� +f l � � = N 3 � � �
� �
,± C `c ^— �c a � � �
Jf � � ? � � °i 3 .n. 4 �
`o'
� � m a°1 w. � h �' v�
I �� v� n� �� v�
�� u a� � � N � r.. � �° ip �
� n: ❑ n
I a v. �
� � a� n a m n^' a��
I a� c o d�� � x, � �
1� C� a o �c o 3 �
� 3 �. � � Q � rc �, n v, 3 � �
� � a � o � �, �; � � � � 3 � �:,
� � � � s x � � � v
�. � o' � ��� n�'^ n � o n�
/ � Q °' nS u � � � � 4 4 �-
�J —� ti c � N r. � a �� in
/ .�' fC 7 � Q � � C ❑
i U a� � � �
: — N � 3 r' — � N � .c
i t � n' ,.�.�i `7
! A^ a¢' ��• f. o v r� I
' c � � x � `- � � a I � I I
�� m O a� 3�� � � I � p �
� � � �
i+ d � v ��� ❑ '- � S I � i., I
�% 3 ro �� rc � � a � �-1 I
■ �'- 3 = 3 � �• 3 � _ N
3 � � � � � � �q � H
� '� Q � � � O rp { 3�
,i a ,� � o � a �� 3 �. Q n C �-
� 3 v� a�� �� � �,a ❑ �'
I �6 a p � C � r1
, � p � � C V � �. � � � � � 'Il
• � � ` � " � � � a � o
N q � p; v❑� n N
J� L+ d O� f� O � �.. w r' `� z�
� C �0 3 Z z �� n: d
► o' � ��' i^ � f° r��c o� S
� �+ �' � -*. � r� N � ❑
/ 1 � -. D � � Q �L
..L f D. a �� m �. V
� .� 7 l � 0'0 .
,
� O
I rt
o �
� �
�ro
0
�
�
rF
�
v
�•
�
�
N
v
eT
C
n
. �
v
�
�
�
_ 1
�
w
�
�
�
n
�
❑
�
7
�
�
n�
Y
�
�
�
�
�
�'
�
[D
�
6?
x
r
C
�
�
�
r
G
L/i
Q
�
v
3
�
{b
C
�
�
�
�
m
w
�
�
�
r
v
�
ro
�
N
N
i
N
�J'1
W
W
N
I
�
�
�
�
�
�
�
n
S
�
S
�
�
�D
�
w
m
�
�
Q
�
x
a �
A �_
� �
�
Nm
n
❑
�
�
L
C7
�
❑
rUr C 2
n ��
,�{ �o
- r � Z
-i � _ � �7
}�� rn� „
� �n Z C7 �
�, _ [� 2 x
� � � = p fr
f° Y n � o'
u � � � �
f�' �
D f11 � �
� �n
� r 2
CIl
--1
.Z1
C
n
�
O
�
� � � �
� m m �
� C C D
z � � �
❑ m m �
� o 0
m � � �
0
m ..
�
[�!] S
❑ o Q �
� p ➢ �
� � � �
m m rn �
W �S�
p7 T
N V
Dry �ensity �p�fj / �o�d Ratio �eM
�
~ l� N `.
oc ,c �o � V C u� O V1
� i i � i � i r i i r r i i i i i �
q o O Q C 4 O QO� O C O 9 O q O O yO,� o
lO � � � � '� � A 9 O�i W b a W 6 V !a h�i
C
�
0
N
�
�
-�-r
?
�
�
u
� �
� - n �^.
�� �
��
Q � �
� Q n:
r.
� � ❑
� � �
� �
K � K
- fC ❑
6
i'.1
c m
3 �
� �
� � �
� � a
Q o
m �
G —
� � �
C �
��
O � n
n ; �
��;-
ro � �
� 9 �
-' i.�.
�T
��
a� o
�o�
� a ❑
�, � �
❑ � W
�v%
�
0
� o
3 T -
� � �
o � �
� _ ti
o � �n
T �
r Q
m �
� �
m z
� �
�r
�
I+�
W
�
C
� �
� x
� ��
�
7�
�
O
N�
�
�
{'S
Q
3
f9
� � r�r �
fi �
� a � �'w
y � � fI
� �
« �' � .
� � i
� O �
in Q r
G� �' •`
N� ��
a5 ►1 i�
� � ,
►
.
� '
r -- - •
3• �
:
o �
�
�c .
D � •�
ro r
3 •
� � !
1
,� ►!
� . /
� �
/
Q �
/
� !
� r '
�
+ �n A w ry N n
r o
. � �
•
� ��� N T O H O
. ■ a.� � rt � � � �,
/, N � � � � � �
�^ �
� C y o � ��
� , � � a �._ � 3 � �;
�� n d�� ,C a a ��
� y C
i �� � T o. �� s r� o
� f oo m a� � �� �
► ;n � � ,p n ..
. � m
� 3 � � o ic
, ��. ,� ti, o o �
- c �
► c+ v� -
�, � � � Q � � � N�
� � � G _
� N
��f � � � � a
� r �
. � � � � a
f � � u 7 C.
I � � � � r �
+ � .r C C ^C
�
i �'� � o`_' �� I
I � m�� � a � I � I
+r C � � � � � � � �
I � ? � a s� � � w I
� � c ` � � I_I i
r 3 0 —
1 �
f � n�' c° o n a� �
r �
l y.. �o "� 3 n �
r � o' � v � °- � C rr-�
, a�— �' a� b �� in ci
I � �' o.". n� � o Gl r-�
� z
� N o; �� � o a N
I � m � �� �'? 2 ct
, � 3 �
�� C N. � 3 ¢�
� F' [6 =C ib '� ry �
� .. a o
�� � ° �
, v
�
O
I �
aa
N y�
� �
C
�
r�
Q
m
�
�
r�4
�
�
�
�
�
�
�
r v
{'"1
�
�
�
D
�
�
�
i�1
a
�
G7
o'
7
�
Q1
�
�
�
�
�
T
�
�
Q
�
v
`,
�
�
O
�
�
�
�
�
W
C7
ni
�
d
•C
�
�
N
�
�
5.:1
W
W
N
I
�
�}
N
�
N
�
�
h
�
�
S
�]
N
�
�
w
fT'1
�
�
�
0
�
7C
A �
_ �
� �c
�rn
�
m
C]
� �
_ �
T �
��_
���
a� �
� 4 �
,_
�J � �
_
x � r
� N
2 f'I
��
� �
�rn
�
�
C]
�
�
�
a
C7
1
C g
� 2
r �
rn
�
� �
��„
� � C
� � rn
rn �
W
C�} Z
��
i �
r r"
�
G]
Z
C7
2
n
�
�
"^ �
o p o
�a w cc
V-_4�_- �
�
i
�
��
� �
� i �
� i�
� ��
� ��
� ��
m
� G
4` � �
n � c
� I �
� � G
� {
� � �
� I
U�
-, � --
��-�
���
� � ❑
� � �
� � �
G � y
� ' � �
� --.
i� � �
��
_ , �,
ry � �
� G
� I �
_ i
� �o
rn i �'
u�G
__ n _
I T
[ � �
�—
� ��
� ��
s -
� I C
n � 7�
� n'
,L 1 �
--_• �
O
�
I
�
�
�o
�
0
L"
C
� J� � ❑ � �
v m m� r A
� C C y ftl fl
o m rn � � m
C � Q� D C]
�oom�m�
� � "
� � �:
� ' ' " . �
�
�
.p �
[]ry []ens�ty �pcf) �� 1�oid Ratia �e)
F-' �' F' r
SCF' Q C.�r C UN'y
o O p a o 0 0 o q q p p c� q o
� v .� rn m o� i,� 'v+ A
V ti Lb A 6 vt W b Q�i W O V A N
n �
�o
��
w ai
�• �
��
_ =.
�a
r� �
�
G]
�
n
t"f
a
�
n
rr`a
a
�
�
�
�
M
fa
a
�
/
rn
� �
d �
x �'
� i
.
t •
� r
�
�
� � �
n >°` •
�
_. �,
� f' '
O rf
� �� r
w '
i
/
' ___� 45 �
� � �^ �--�
f
� � � /�`
� r� •
•
� fr`�,� �lJ
r
i � : �•
� .
i �' �
I �
/,:`� �
I � �,G� �r, l I
I �'' �' �; f ` r �
u i � �,;' �+' � �
� � � / `` �� I
� C � I ❑ O C'� �n1 r 3 r C
� I r�'. F If ��. a b C v a+�o v
N � � ,.`. 1 `n. :9 � ep
7 .� 4n o� o p, �
� I �J '� I� � n °+ o � 3 �
� �� J%� � � � 5� d � � C C
� � �+ ti.
� I� {��.. ri w ni N Z � n ro a o�i � � � r�}o
i 'ti f r' -
i � ;� a a � N s Q
i i. n� G� x�'�
i i� �r' � �, n � � � -- �v
'= o o �
� f, �� 'n0 C� a� a� v ,_„ p � c
� � ! S� T.� G � I r�L C - � =J
N G � = C �
I 1 �� �. N" ra �� �' � � � 3 :+ �
� ` � � C x !�e 61 n � fa � � O � �r
1 / N �
I ° � � � C ~ 7 w �
� ' �� N� b.G '� a� x n O - rn
/ y � � °1 � � r�p C 4
__-� ��� � Ir �� V s V' �° frto � on D
.�7 �ii �1
[n =
ti
W
❑ ❑ O p N
p A A A
m m m m
� ��
� �
N IV
4 � : :.
�V IV •
i �
I ►�� � � � a �' � � re 7 �
rp N N � +]
I rp' Q � a p� x � y
I 7 �+ C � � `�' � O
7 ` !D � � � I p� = p`
� � � n � � � - � �
� � � � G � � � 7
� •
/ ' -, 3 �, � o o � o
�� s C �. � d Q N
. � I �
� � .�-. � � a �
� p � u � �l � n
■ 'Y o �' � � a
�- ! �
� _ .�N' � - w l
A �
► ~ � fl �
� �" '2 r�
J �
/ �5
O
� �
o �
w �
c
�
ro
O
�
�
�
rr
�
a
�
C
fl
Q
.�
QS
r-F
r �
f"]
�
�
I
❑
�,
l�
00
n
❑
�
C1
�
�,
Q
�
�
m
3
�
rfl
O
�
�
�
�
.�1
0]
3
4q
�
0
�
C
�
�
�
LA1
f_3
w
"�
r
�
•C
�
�
N
�
i
�
1.�1
W
W
N
�
�
OS
�
�
�
�
�
CS
�
�
�
Q1
�
�R
�
w
m
p
fQ
�
�
�
x
RQN�
8.3.3 General Site Fills for Site Grading and Orainag�
General fill for }andscaping, grading, and drainage may consist af on-site sail. General �Ii should
be compacted in 12-in�h loose lifts using approved cnmpaction equipment. Visual �ompaction
�ontrols far wet�af-optimum �ornpaction may �e used. Topsail in landscape areas �oes nat
require compaction beyond that a�hieved incidenta�ly during spr�eading and grading.
$.3.4 Compaction Specificati�n �umrna�Cy
The following summary tak�le is provided for quick reference purposes. The table does not fully
encampass ❑r replace the oampaction specification� prov�ded for each fill ir� the sectivns abpwe,
Ta61e 7: Carn�action Specificatian Surnmary
Property
Material
Gvmpactor Et�uivalen#
Minimum Faot L�ngth [inches
Maximum �ift Thickness
(inches)
Minimum Numher of Passes
Maxirnum Air Yoids {°I��
Minimum Dry Density �pc#�
Minimum Moisture Conten# �°Ja
Min Llnconfined Strength [psfj
�uilding Pad and
Parrement
5u bg rade
Clayey 5and
CAT 563
fi
�7
$
5.7
1flfl.0
13.0
4,�00
Utility Tr�nch
�ackfil�
Clayey 5and
Hand opera#ed
NA
6
8
5.7
96.�
15.Q
N►°�
G�neral
Grading
Glayey 5and
NA
fVA
'I 2
fVA
NA
NA
NA
NA
8.4 Qua�ity Contral and Field V�riftcation Testing
�efare fill �anstruction; the fill rnaterial properties should be �erified. �uring consfruction, soil
index properkies should be obtained periodi�ally and upon changes in rnaterial, c�1or, texture, or
excavation procedures. Field compaction curves should be abtained upon unexpected �hanges
in soil properties, compa�tor, ar lift thickness, and at minimum frequencies recammended by
F?one based upan the property ranges of each material source and �ariatians expected. 5ail
sampling during canstruction should be planned and �oordinated to fit the required production
rates, and generally at least two days in advance of the cornpaction af c�rresponding fill lifts.
Rone should monitor compact�on �ontrol and conduct verification testing during all soil
construction. Verifi�atian testing ❑f cornpacted lifts should be canducted at apprapriate
frequencies to ensure that campa�tion cantrols are effe�tive and design r�quir�ments are
opased wa sh Ran� se - - "''' ' - '- ' ' ` _ _
RC3h1�
,�.. .,,,
achieved in construction. The engineer should monitor the number of CompaCtor passes, lift
thickn�ss, air �ontent, maisture and density far each fill. ❑uring �II CDnstructiDn, relatively
undisturk�ed samples of the compacted fill rnaterial shauld be cflllected periodically and tested to
confirm tF�e desired Strength and stability propertie� for which the specific �ampaction contrals
were designed.
It is re�ommended that Rane assist in deUelap a work plan for effecti�e process controls designed
for engineering requirements, the canstruction plan, production needs, and direct data uerification
records.
IVuclear density gauges are recammended for field testing of campaeted lifts. Rone will provide
the specific gra�ity �Gs) values required far each fill, based an compactor performance and the
soil variation expected during construction. The Geatechnical Engineer n�ust aisa be able ta
manitarthe specific gravity setting remdtely in real-time based �n the gauge readings in the field.
8.� Canstructian Oversigh�
❑esign requirements and re�ornmendations presented in t�is repQrt are based ❑n critical control�
during theearthvuorks and snil canstruction pro�ess. The monitoring required to�erifythe controls
are Corre�tly implemented is essential t❑ proper fill constructian. The requirements of this rep�rt
are based an limited geotechnical, geologic and hydra-ge�l�gic inf�rmatian about t�e subsurFaCe
�onditions. Subgrade conditians ha�e i�een interp�l�ted and estimated between borings and
subsurface testing lacatiflns. Anomalies are ofken encauntered during construction. The potential
f�r subsurface variatifln frvm the canditians used for design could result in design changes andlar
increasetl geatechnical risk during andlar following canstruction.
We recommend t�at Rone be retained to provide the eontrnls needed far proper soil construction,
monitar earthwork operations; abserWe foundatian canstruction, evaluate materials, and conduck
periodic testing during the soil constructian phase of the project. This enables the geate�hnical
engi�reer to verify des+gn conditions, manage ground risk, �erify campliant constn.uction, adjust
design requirem�nts when unanticipated �onditions are encauntered, assist tha builder; and
represent owner interests.
posed Walsh Ranch Phase PR3E E �
RQN E J
�
9 BUIL�lNG F�UN�ATIDN STRUGTLlRE
9.1 Slaq Foundatian
The proposed residential structures may be supported on ground supported foundations
cansisting of a conventionally reinforced beam and slab system or a post-tensianed �lab
foundatian system, provided the estimated floor movements �an be t�lerated. The foundations
should be designed with exterior and interior grade beams adequate t�o provide sufficient rigidity
to the foundation system to tolerate the potential vertical movement of the foundation subgrade.
The following recomrnendations are �nd are based upon the grading plans prepared by
Huitt-Zallars. Rane should be contacted ta review these recommendations if grading plans are
modified.
A net allowahle sail bearing }�ressure of �,5D0 psf may be used for design of all grade be�ms
bearing in tested and approved �ontroIled fill or suitable native sail. Grade beams should bear at
least 18 inches below final grades.
The bottam of the beam tren�hes should be free �f any loose or saft rnaterial prior tQ the
placernent af the Goncrete. All grade beams and floor slabs should be adequately reinforced far
eccentric laading that could ❑ccur fram patential differential subgrade rnovement.
Design criteria for the faundation slab have been estimated according to the Post Tensioning
Institute (PTI} based on the methods described in their mast recent manual for designing slab-on-
grade faundatian systems. An effecti�e PI of 25 may t�e used far design of a�anventionally
reinfarced cancrete slab foundation. Reeommended PTI foundation design �riteria for a
Thornthwaite Moisture Index (�MI} ofzervaretalbulated below: PTI Foundatian ❑esign Criteria.
Table 8: PTI Design Cri#eria
Parameter Condition 1.5-in�h PVM
Genter Lift 5.$
Edge Moisture Variatian �istance, em{feetj
Edge Lift 4.9
Center Lift 1.2
Differentlal 5011 Mavernent, yrn [Inchesj
e Lift
1.5
oposed Waish Ranc[� phase PA3E
RQNE
,�. ,.�,��.
The PTI rnethod incorporates numerous design assumpfions assoeiated with deri�ation af the
variables needed to estimate th�e foundation design criteria. The PTI methad o# estirnating
differential sail r-navement is appliGable when site maisture conditions are controllsd oniy by the
climat� on well-graded building pads �i,e. proper site drainage, properly line�d lands�aped areas,
r�o utility water leaks or other free water saurcesJ. As soil moisture increases, the sails may sweli.
The PTI design method is intended to prouide stiffened faundation systems that can pertorrn well
under typical natural Ghanges in soil moisture. The differential foundation mo�ements resulting
#rom seasonal soil rnoi�ture variations are typically much lower than mo�ements that occur due
to free water sources near or beneath �he structure, which are no# directly addressed by the PTI
design method.
1� RETAINING WALLS
The grading plans indicate retaining walls up to 12 feet in height will be eonstructed on the south
side a# the propased phase of residential developrnent. The following design parameters may be
used to aid wall design. Additionally, if swimming pools are planned, the pool walls will be
subjected to lateral earth pressures frflm earth backfill as wefl and the �rovided information
regarding these pressures �an be applied for �oof walls_
10.1 Shallaw Foundations for Retaining Walls
The retaining wa11s rnay be supported an shalla�+u, cantinuau� fodtings bearing within the
re�ornpacted building pad. The minimurn recornmended widths #or shallow faundations are 2�4
inches. A global stahility analysis should be campleted to asse�s the required faating depth as a
percentage of wall height. Shallow foundations may be designed using �arameters pro�ided in
the table helow.
Table 9: 5hallaw Fvundation Recammendations
Parame#er Compacted Tan Lirr�estone
Suh rade hedrock
Net ►4llnwahie Bearing Gapac�ty �psfj' 2,5�0 5;000
Depth ai Footing {f#j
2 I 2
I{ �af�e (P��� 100 2DD
Laterai Resistance: Cvefficient ot Friction hetween concrete p.35 0.45
and sut� rade
La#erai Resistance: Passive pressure (psilfty 250 400
1_ Galculated based on pretleterrnined compactpd properties and with an applied factor of safety of 3.
Proposed Walsh Ranch phase PA3E � T' ' '- - P A G E � 24
�� ��
'�U.� Shallaw Faundation C�nstructian
The geotechnical engineer or his repre5entative shauld monitar shallow foundation canstructian
to �onfirm conditions are as anticipated. Foundation excavations sh4uld be dry and free Qf loose
material. We recomrnend that the final fi in�hes of the footing laottom be excavated with a smooth
mouthed bu�ket. Foundation exca�ations should have the reinforcing steel and concrete placed
I]efore the end of the workday, or soaner, to reduCe deteriaration of the bearing sur-face.
ProlQnged exp�sure or inundation of the i�earing surface will negatiaely impact strength and
compressibility chara�teristics, If delays occur, the exca�ation should 6e deepened as neGessary
and cle�ned ta pravide a fresh bearing surface. If pralonged exposure of the 6earing surface is
anticipated, a"rnud-slab° shauld be used to protect the bearing surta�e.
'Ia.3 Lateral Earth Pressures
Retaining walls will be subjec#ed #4lateral pressur�sfromthe soil backfll. Lateral earth pressures
are influenced by the structural design, conditions of the wall restraint, methods of construction,
baekfill cornpaction, the type of materials being retained, and drainage conditions. 1Nalls that will
be restrained from mavement and r�tatian (rigid walls} should �e designed using at-rest earth
pressures, The equi�alent fluid pressures (triartgular distrii�utian} prfluided belnw may be used
for � horizontal backfill in a drained candition. T� design for a drained conditian, the wall rnust
in�lude an effective drainage system, The equivalent fluid pressures prouided E�elow da not
include a Factor of Safety and do not pro�ide for dynami� pressures on the wall.
Free-draining backfill soils should be placed in maximum lifts Df 1 fDot and lightlyconsolidated by
use of a small vibrating plate ar sled, light hand-operated compactors, or other apprapriate
rnethads to adequately compaGt the backfill. Heavy compactars and grading equipment should
not be allowed to operate within 15 feet of the cr�st of the wall to avoid developing excessive
additional temporary or long-term lateral soil pressures,
_ .�
��`Propvsed Wals Rar►eh Phase A3 � �� ` - -
RQN��_. ,,��, .
Later�l Earth Pressure ❑iagram
S= Surchar e For ective prassure movemeni
9 �' '�(DAD2 H ko 0.��4 H)
� 1 Fa� �t��t ���56��
- Na Movarnant Aasumed
N orizont8l
Finished
Grade
�I
;
H
� � Hari�nntal
I Finished firade
�p�—�--p+�l R�taining Wal!
Tahle 10: Lateral Earth PressUres
� Equivalerrt Ftuid pressure, pcf
Material Can�fition
� Short-term � L�ng-temt
At-Rest, k= 0.55 70 70
Select Granular Fili
Active, k= 0.36 45 45
Select Clay Fill
At-Rest, k= 1 12� � 12D
Acti�e, k= 0.44 � 100 � ��
Conditions applicable to the table abave inc�ude:
• A maximum in-situ tota� unit tiveight af 125 pcf
• PrQperly carnpacted horizontal backfll
• No surcharge loads
The values pro�ided in the table abQve are for a fu11 "wedge" af rnaterial behind the wall, where
t�e ba�kfili extends horizontally 1 to 2 feet away from the bottom of the wvall and then slopes
tapward and away from the wall at a slope of 1 H: �V �horizontal to �erki�al}, or flatter. The location
and magnitude of live or permanent surcharge loads shauld be determined, and additional
pressure� generated by these laads should be considered during design. We recommend a
surcharge load af at leas# 250 psf be considered far traffic loads.
� oposed Walsh Ran�h Phase PA3E P A G E � 2fi
Ra�,�
10,4 Wal! Backfill
5elect granular fill should meet the 4BS" requirernents af Iterr� 4�3 in TxaOT Standard
5pecifications. 5elect clay fill should be �lassified as C� or SC in accordance with USCS
classificatir�ns and ha�e a PI less than �p. The materials should be placed in maximum loose lifts
af 1� inches and cornpacted ta a minimum af 93 percent Df the carrected maximum dry density
as determined by standard Practar test �ASTM D59$} and as depicted in Figures fi and 7. The
moisture range is presented in the afarementianed eontrol charks �Figures fi and 7�.
Hea�y campactors and grading equipment shvuld not be allowed to aperate within 5 feet of the
crest of the wall t� a�oid developing excessive additional temporary or lang-term lateral sail
pressures. Instead, hand-aperated campactars, ar other appropriate rnethods should be used ta
adequately cQmpact the backfill. The maximum loase lifts shauld be reduced aeeordingly ta
achieWe the compactian requirerr�ents, ❑rainage shauld be provide� be�ind the w�lls to r�duce
the development of hydrostatic pressure and limit saturation of the backfill and f�undation sails.
Collector pipes shauld �e placed at ar slightly below the bottorn level of the wall to prevent the
eallection of water in the drainage material heneath the callectar pipes. Pipes should connect to
� sump or gra�ity drainage system to pre�ent the accumulati�n af water behind the walls.
The drainage material should conform ta No.S? coarse aggregate as specified in AASHTD M43.
The drainage layer should extend at least 12 inchesfrom the back face of the wall. A geQsynthetic
wrap sk�ould enclose the granular ba�kfill ta reduce the infiltratiar� af fine�.
11 PAVEM�NTS
This report includ�s recomrnendations for rigid pa�vernents. While some minor differential
mavement should be anticipated, if the provisions of this report are strictly �dhered to iin
canstruction, the pavement subgrades can be expe�ted to be relati�ely stable. To the exkent the
provisians of this repork are nat adhered to in car�structian, increased risk af ground mavernent
sh�uld be expected. ❑esign of the praposed pavement sections should factor the pertarmance
of the subgrade eonstruction proaided for in this repor#.
R�N�,. . „
11.1 Rigid Pa��rnents
For this project, traffic loading and frequency conditions were estirnated for various conditions as
no specifie traffic inforrnatian was pro�ided. The failowing infvrrnativn was used in our analysis:
.
.
,
.
design life of 2 years
k-Ualue of 150 pci for madified clay subgrade, and 20D far lime treated sails
reliability of 90 percent
initial ser�iceability, po, of 4.5 and a terminal serviceahiliky, pk, of 2.Q fDr concrete pavements
concrete modulus pf rupture of 62Q psi
load transfer coefficient of �.7
drainage coefficien# of 1.�
The pavement thi�kness determinations were perFarmed in general accordan�e with the "1993
AASHTO Guide for the �esign af Pavement Structures" guidelines. The rnir�irnum pavernent
sectians are presented in the table �elow. These pavement sections are hased on estimated
traffic valurnes. A mare precise design cart be made with detailed traffic loadrng information
d�uring the final geotechnical study.
Table 11: Minimurn Residential Street Ravement Sections and Allowahle Traffic
Partland Cement Design ESA� far
Traffic Use ConCrete FiexurallCornpressi�� Strength {psi]
[inches) 54df3,B0� 58D14,aaD fi2�l4,�ad
Residential5treets fi 564,��0 7�6,DDU 905,i300
The following pa�vement design has t�een performed generaE in accordance with City of Fort Warth
pavement design standards.
Table "� 2: Pavement Design Input Parameters
Item � Yslue
Roadway D�sign�tiGn
Design life
Concrete Madulus of Rupture, 5'�
Number of Traffic Lanes in Dne ❑irecti�n
Annr�aR Traffic Grow�th Rate
fotal Equivalent Single Axle Loads {ESALs}
5ubgrade 5oil Classification {L15C5j
Treatment Type
Gollector
25 years
62a psi
�
1. � °lo
�,00a,aoo
Fat Clay (CH}
Lime
, pvsed Walsh Raneh Phase PA3E ' q G E� Zg
RDt�I�
Item
M�dulus of Su�grade Reactinn, k�CHj
5� psilin
Camposite k�IEme-trea�ted, 8 inches] � 260 psilin
Re�iability, R � 90°��
5tandard Deviation, So
Cancrete Modulu� o'F E[asticity, Ea
�rainage Coefficient, Ca
[nitia[ Serviceahility, pa
Terrninal Servicea�ility, p�
0.39
4,qqQ,044 psi
1.�
4.5
2.25
Laad Transfer Coefficisnt � 3.0
The pavement thickness determination was perfarmed in general accardance with the City of Fart
Workh �epartment of TranSpartatian. Based on the analyses, we recommended the following
pa�ement section for 8t'' Street.
Table 13: Recomrnended CalleGtar Streets Pa�ernent Section
Material I Thickness �inchesj
Gontinuaus Rei�#orced Cancrete Pa�ement (CRCP} I 8
Lime Treated S�sbgrade
�
We recamrnend a minirn�am concrete compressi�e strength af 4,�00 psi be used to prQvide a 62D-
psi modulus af rupture. Hand-placed conCrete should have a maximum sl�amp af � inches. A
sand leveling caurse should not lae permi#ted beneath th� pa�ement. All steel reinforcemerlt,
dowel spacingldiameter, and pavement joints should conform to applicable City of Forf Warth
standards.
Saw cutting shauld be performed in specified iocatians to c�ntra} cra�king due ta shrinkage. Saw
cutting shauld begin as soan as the concrete has obtained enough strength to keep from ra�eling,
but beFore cracks can be initia#ed internaily, Saw cut depths generally range frorn '/4 to '/3 of the
pavement thickness h�t should be performed as directed by the civil engineer,
11.2 Pa�ement Base Caurse
We recomrnend 8 inches of lime tre�ted 5ubgrade beneath cancrete paaements. At this time, we
estimate approximately 8 percent hydrat�d lime by weigh# �36 paunds per square yard tar a 6
Value
r� r=�_ . � -�'_ �
� roposed Walsh Ranth Phase �PA3E ' ' - - �
RQ N��., .
inch thickness} will be required to adequately treat the pa�ement subgrade, though the actual
lime requirement should be determined based ❑n the in-place soil properties and Soluble sulfate
levels after the pavement subgrade has reached final grade. Lime treatment should be perFvrmed
in accordance ►nrith Item �60, current Standard 5pecifications for Construction ❑f Highways,
Streets, and $ridges, Texas ❑epartrnent af Transportation �Tx�QT} or other similar standards
approved by the Geote�hnical Engineer of Re�ord. Lime treated subgrade should ha�e a PI
between 7 and 15.
The treated subgrade should extend a rninimurn of 2 feet autside the �urb line. This will improve
the edge support of the pavement �nd reduce the effects associated with shrinkage during dry
periods. Sand or othergranularfill should not �e used as a leueling course ber�eath the pauernent,
as these rnore porous materials inerease water migration beneath the pav�ment, causing hea�e
and strength lass of the subgrade.
11.3 Pa�ement Constru�tian and Maintenan�e Recommendations
It is imporkan# that the recommended moisture Content and compa�tion be maintained until the
�oncrete is placed. Maintenance after constr�ctian shauld in�lude r�gular observation to identify
and seal �racks. A flexible joint rrraterial should be used to s�al Cracks as they degrade, which
can ❑ccur during the design life of pavements.
'12 SITE COI�IIPLETi�N AN� MAINT�NANCE
12."I Site Grading and ❑rain�ge
The geote�hni�al design fvr this pr�ject accounts for limited assessrnent of geo-hydrologi�
canditions antl intends t❑ pro�ide for efforts to maintain stable, moist subgrade conditions after
canstruction. 5ite grading and drainage plans shauld support this intentian where possible. Site
grading and drainage should be efFicient in pa�ed areas and less effi�ient in lawn and landscape
areas. Roof runoff should be colle�ted by gutters and downspouts, and discharge onto paved
areas draining away from the building.
12.2 Lands�aping and Irrigation
5ubgrade moisture le�►els should be maintained around the building perimeter �aefare and during
constrtl�tion. Irrigated landscap+ng and lawn areas are re�ommended with even distribution
around the structures. Irrigated ar�as will setve as supplernental rnoisture sources surrounding
�. ��- - ^ -
[bpvsed Walsh Ranch Phase PR3E � P A G E I gp
RDi�I�
the foundations and pavement �areas. Accordingly, regular and uniiarm irrigatian vtrauld be
required in these areas, particularly during dry and hot weather periods. Above-grade planters
may als❑ be cansidered around the perirneter of the building with regular irrigation to maintain
iight perimeter infiltration alang pavernent joints.
�3 sruflY c�asuRE
This study is in nature, and the c�mrnents and recamrnendations Contained '+n this repart should
nat be used as final geatechnical design criteria, StruGture-specific supplemental barings and a
final geotechnical report shauld be perforrned prior ta final design andlor canstruction.
The analyses, canclusians and recornmendatians cantained in this report are based an site
conditions as they exis#ed at the time of the field explaration and further an the assumption that
the exploratory borings are representative of the subsurface conditions throughout the si#e with
little variance �eyond that found by the borings. If different subsurface conditions frQrn those
encountered in aur borings are ❑hser►►ed or appearto be present in excavatians, Rane mu�t be
ad�ised pramptly so that these conditians can he evaluated and our recommandations can be
reassessed as rnay be necessary. If there is a substantial lapse of tirne between submissian of
this report and the start of the work at the site, if conditions ha�e changed due ei#her ta natural
causes arto construction ❑psrations at or adjacent to the site, or if structure ioca#ions, structural
loads a�finish grades are changed, Rone should be promptly iniarmed and retained if necessary
if the changed cvnditi�ns warrant reWiew and reassessment.
It is imporkant that Ftone be retained to assist in design revievus ar review thase portians of the
plans and specificatiQns that pertain to earthwnrk and foundation systems for this particular
praject ta ensure the plans and specifiGatians are cansistent with the controls and
recammendatians pravided in this repart. It is also ad�ised that Rone provide o�ersight and
monitorir�g 52NIC85 during construction ta ensure that the contrals required for design
requirements during earthwarks constructian are pro�ided correctly and implemented effectively.
This repork has been prepared for the exclusi�e use of the client and their designated agents far
spe�ific applicat+an to design and �onstruction of this project. We have exercised a dsgree of
care and skill exceeding that ❑rdinarily exercised under similar �anditians by reputable members
of our profession practicing in the same or sirnilar Iocality. The engineering services and solutions
_ oposed Wa1s anch Phase PA3E � � -` —
�r
RQN�._ ..,,, .
provided herein are cansid'ered advanCed, and while design and construction controls are
improved, no warranty, expressed ar implied, can be made or intended.
94 COPYRIGHT 2021 ROME ENGINEERING 5ERVICES, LTd.
This repork provides engineering serviGes, and is in its entirety the sole proper[y of the� client, Rone
�ngineering Services, Ltd., and its affiliates. L]se of this repork is subaect to all applicable
cdpyrights. This report m2�y be used in practice or referenCed by any praject party as necessary,
salely for the party s rale an the project far which this report is prepared. �eyond that use, no part
af this r-ep�rt may be copied, dawnlaaded, transrnitted, or otherwise reproduced ar stored, in ar�y
forrn ❑r means, except as permitted in writing by RQne Engineering Services, Ltd. �ach
repraduction of any part of this repart must include all copyright notices, registered trademark ��}
designations, and non-registered trademark [T"'} designations.
' t' - - � - - � ., .. ..
aposed Walsh Ranch Phase PA3E '` p p�� � 3p
APPENDI� A
r� y,
: i�:. ..
.�i.
�I
SGAL€: NTS
'a-" wio
.,� �
t� ' � �
�r
� .
y W� ..
,
i 1
• n�a vn �,s�ncr�o� �ar .
_ I
'� - 1- .
�� � - - - .
' w � �
I • �� � �
n
x
i
� � ' ' 1
Y
—'""'_"— . VI��
r
l�
�
�
�
4
9
i
7
v Ova ��(�
� %"'�� Or�re
#
�
�
a,
0
p
�
��
O �..
O
� •" �isl . . �i7' i�•: !, . � �l �i
i
,ti
1'lestFrqpyypy f yq�� ` .�--- � � r . __ - -- —� - - - .. —.
�1�� ' � � A�' - ... � 1'9� .ti1VC� � pP$jiilR�C�Yr6y
_ _ " _" " — — - ►Ya5
. _..._ .._ _ � c � � - —r,���iuR�:
V L'r � .11i'.�
.�.n tl ' . .
.. . » - �'k� "-'•_'`. r . y I � - � -. � � � : �., a h � r-�- .
- '� � s. � a n � _ �2. :
Q v'� ■t � ws.6
� �
;� .�'.� u�r.a �"�!i
` � � �
--- � � :ra� tif' � #; � �' � a;. •
- _, --� s,; � � a br, � �+ 4 .
.��� � � , �, e�= x ; � �'y"��
_ . �� s�� ,�'_.
�� f •��_ l ��'�.a• a w �� F 1�+�.
. i r� \ a °s n �„ � � e � {'MY':.
��. .�- r �� Q e . `,� �
� � ^� � � µi .
` � II
-;yy �.. 3 14 �,�.. � a II�'.
';:• rt � �
�. � 1 , — `-`� � .
•.n3t. � �,..�.�.�.... .
�
R�NE
� N u I h E E R I V G
PLATE A.1
VIGINITY MAP
WALSH RANGH PHASE PA3E
SEG NJALSM RRNGH PARKWAY, NIALSH AVENLJE
FORT WOR7H, TEXAS
PRQJECT N�
FILE NAME:
REVISED BY:
REVISED 8Y:
APPROVE� BY
21-25332
2125332.�WG
CM DATE: 8-2-�021
�ATE:
DATE:
R5 DATE: 8-2-2021
�
J
SCAI.E= NTS
- - - -- � •��+ ~ - I- - -- • — - � 81571 � � � � B15712 . B15713 : �" B15714 �- 815715
� � J B157d8J _B157�9 B15711. --
B15705 � B15706 = B157U7 � � - ��p , � .� �f i��` � � 4 � l..l ; , �"�
B15701 - � B15702 � B15703 - B15704 � , - - srs�:•:i��� -� +�. I i� 4�' 1�4 'i����� �i f _�'�� r�I ���I• `� �13�� � � �� �'. ��' ~i�-� 5
--SFP - _ - - �' I.. a-- ' I I � �'�� �i. -i'� � - 1 �— -- " I �.___..""�-�'__� _—_ . . . �, ' ��
Er i :. � � ..I � F�'-.1_ H- 1 {JY �� 's�:Fer� - �--.=
�� I � _r - � f _ � ` .I, �B15729
�'_��j �I'. �3- �� -4�'�1 0� I� f� .-�'� ti-" .� �--.auFr�� � -�-�rl! �' ''B1572fi B15727�B15728' �
-��� • �, � p�� � I� �i� � ,r�l;�"��L_. � B15722 � 815723 B15724 �� B15725 � iiI � '
- + �, �� f� �_ �, �'� � ��,' • �4 � I� �..,�� - �; I 1
� ',1� �� '-,---� `• I� � �r' ,� B15719 � B15720 B15721 � - y y� �J� i I ���� I � �
' � � B15716 ! B15717 � - B15718 �'-,_ ;„ }� � �� ��i � ' � ' �" y o
,�.-, ,� �-' .� �' °�`�:;�i- � _ �°;L '] �� ��;J ��, -t7 ,',!��./
y � `�:I ilLll y� I� ���i��� ,v.� � _ .I ` :i :-"�,S i�: � �j" ) � -- Il _- � `�1 �4 �'I` ll�llJ i I I�� �� I � c I i = � I�ll �m� I ' S
� ?c_.`= =�i-��77r�.`�� Jr 8-e".'Fi , � � ;.r�l '4: f1�'=��.��.��� � L �B15740.�B15741 � -B15742
� . -• _=���` • �,,<.t?�4 = ��yLG�i�I � i`���I __�'" ' B15735 --B15736 � B15737 �-B15738 ��Fi B15739 --:i
� B 15733 �" B 15 734 -` -" S'---
�
r IB15730 B15731 � B15732 � _ - ,�- �. -` � � - , _ �- ' . - _-- _ � _ - `=~ - ��� , . .B . 1 �
�� � + �� - . ,= ;;a._ ! , 3� ��i�_��(l � �-i.i-�. .- r.
,. , . �� -��... ,�--l�� --1�1,.�_ ;,� ' ,�-+ � ,� �,�r��-�(�` � �T�' �t��`,4-�� ti� _ g-s��[�,��,,, �, � 1.�� �r �� - �
` t-- � ,�li + �E3-���I I :r I � ,��.��� i�'' * '' `_ ..
: f3..;�� 6�.i'�-�'-1�� ±';:2 �- , .i� k� ; � � l y- .��._..;-�. f� � ��,.
�` ` ; �1-���f�i��� _'� �,; �I.`. ' �� B15749 B15750 B15751 -�. B15752 � � .
� y � B15745 VI�. B15746 B157A7 • B15748 _ � I
� _ t;�r � B15744 � Y �-�.� 8-�13`�
���` F- �• B15743 � i� �"i M 1 E-� +' B-�16 B-45
� ��' � � �+ � , � "' --- .�I�"'',r _ _ � _ � �
f` �. �.. �
P � �] � i7�I �� �I.:�_<�c:1"'— _'.ti � � � 7
f �- i� 4'.4`0-, � - t� I
� � - �f_� B15753 `� B��� � �
1 �, f � �
n � � �
s � � r�::�I
p Q-J� f
�.f �
� � �� `�
�� V
R��IE
�`! C, I N E E R N;
PLATE .A 3
BORING LpCATIdN �IAGRAM
�.'�ALSH RAyCH P•iASE PA3E
SEG'u1'ALSH RRNC:H PIIRKV:r;1Y. 'dVALSFi A'JCRJE
FC�Fti V},'L'f2TH rEw•rs
PfiO,IEGT NO
FILF N11MF
❑f�11ti1�1N BY�
f�EVI�EQ BY:
f3EVI�EL] E3Y:
APPIZOVEQ E3Y
?1-25332
212�332 DWG
CU QAT�. 8 7 ?[]?1
a,4 i E- _
aAT [-
RS QATE. R-7-?(]J1
Lo5 � I� f� I �roject N0.
g-1 2'1-25332 VValsh Ran�h Phase PA3E ,
Borirg Lo:.ation SEC Wa1sh Ranch Parkway, Walsh Ave�ue ��� C
Street A Fort Worth, Texas G
LatitUde Water Level Observatlons (feetj �ate E N G I N E E R t N G
32.73fi85� N While arilling Not �6served 7•6-21
Longi[ude At Baring Completian fVot Observed � �
97.5fiQ18� W End of �ay Nat Measured = °' �+
— - 4 Y t n
m w Y N y� c 6'r i c
a � c � a.- o w �,o
� o� c r° c� �� z° a� .� � � � y
� � � ° Stratum ❑escription � � ~ e rn �� Q-' � � �_ � �
~pQj 7' a � Gl y p y'8 •y7 W V� - 7 p a'
� � � °7 i9 � a 6f m W m � $ �' � O
N W A�proximate SUI#ace Eievation =$48.� feet �r O n1 d[r' a+fi LL•PL-PI � m O i� U
LEAN CLAY [CL� - dark hrown to tan, witn ealeareaus
nodules g,5p 1 S
' - tan, with ferrous stains �
5�!-^..0
WEATHERED LIME570NE - tan
5
0
3
1
v
�
`o
ro
�
'W
E
m
�
�
E
❑
LIMESTdNE- gray
Boring Terminated at Approximatel�
Praposed Ele�ation = 853.0 Feet
Approximate Grading = 5.0 Feet Fill
Y
�v
s
�
�
�
�
m
n
0
C
a
P
n
�
❑
.7�
C
o AAalerial h�unde�fesare aoproximaia� in silu,
� Driller: Tyler- T.D.
L Drilling Method: Cantinuaus FlightAugers
Feet
4.5� d4-17-27 43 -0.2 1 �0 I
5Q11" 9 ;
�or�°
501'/'
5 ��'/a ��
50�"/a ��
�J��y� ��
s
B
6
Pfate A.4
- -B1�7U2 _
�� P'4fCGI RD.
B-� 2"I-25332 �Na�sh Ranch Phase PA3E
aQ��ng �o�t�o� — 5EC Walsh Ranch Parkway, Walsh Aaenu� ��� C
Street B Fort Worth, Tex�s G
La'itupe Wate� �evel O�servations (feetj �a;e E N G i N E E R I N G
32-7��g�° iV Whiie I]rilling Not O6served 7-T�-2'�
Longit�de At Borinq Completian Nat bbsefved �
o y
97•`�`��� ��nd oFDay Not Measured .. a �
Q � _
O Qi � L
a � � `m ,� N m,�„ � .Q' ' c
� o� c � a a � � ° a'_ ° °' n�
� . Y�, U 2 Y,� V � m OA
�� q� � 5tratum Descriptivn J z � o=�� Q J � o.L ��
a
°1 u� EI � `wa ° �a "w °' , � pa
� y w �a b md Rm o 3 �' ca
Approximate 5urface Elevation= 851.Ofeet � O rn a� a rq L�•PL-PI � y ❑ � ts
� SAN�Y LEAN CLAY [CL] - dark brow�i to light tan —
_ and light gray, tiUith organics 4�+ s
- iight tan to light gray, chalky, with calcareou5
nodules and ferrnus stains
�
�
5 —i
1Q�
4
m
`o
i
�
E
x
x
S
Q
_�
I���831 0
�I�
s
m
�
�
C
�
m
a
g
�
�
0
�n
�
ci
C
�
�.' ❑riller: Nick-T,�.
= ❑rillfng Method: C❑
FAT CLAY {CHj - b�o�ky
WEATFEEREf] L131AESTONE - ,an
Boring Tern�i�i�ted at Ap�roximate�y 2� Feei
Proposed Ele�ation = 851.0 Feet
Approximate Grading = 0.0 Feet Fill
A:nl.�cal hr,iuirlr�nnc tim �F�rrn.
nt nuous Flight Augers
ha
i
4.5+ BD 37-17-2� 13 �
4.5+ 8
4.5+ 99 53-15-38 19 0.1 535
5D15"
�
501'/,�,
501'l."
SDi 1'
�or���
6
5
Plate A.5
B1�7D3
Lag Project No.
g-3 ��-����� Wa1sh Ran�h Phase PA3E ,-
eoryn� �o�at;on -- �EC Walsh Ranch Parkway, Walsh A�enue ��� c
B}ock 51, Lat 6 Fort Wo�th, Texa5 C■
Lati,utle Vhlater Level qhser�atiems {#eet) oate E N � i n� E�� i M �
32.73693° N While �rilling �lvt Observed i•6-Z1
_ongitude At BOrinq Completion Nat Obser�ed
97.�'�S2°' W End of ��y Not Measured � a �
d L
[v � y = fll C
a $ c a '" N D �'+ p �d � 8
� � F = 7 •r4-, U � �' i 67 � � � C V�1
w � � ° Stratum Descript+on � z 8 °' - � ° ._ �,
�
n a m `o +`r� �� 4 � � � �a
d a } d d a� �'w a .� d °u E
� � � °f �a a �d �.� o ; �' co
N W A �oxAmate SUI'face Ele�ation = B51 Q feet �� m a� a rn LL-PL-Pi �` tn @ � Ll
5�
pp
�LEAN CLAY {CL) - d�rk 6roti+�n to tan, wikh caicarevUs
nodules 4 5+
�
4.�+ d8-2i-27 8
-tan„ with ferrous stains
WEATIiERED LlMEST�ME - tan
4.5+
5013'/z'
5012'/,"
5fl1'I"
5 0!'/ ��
�
� ,�_
�
�
�
� -
�
�
0
� -
b]
U
r
`o
U
a -
C
�
ti 2�
m
Y
0
a
m
m
m
a
ei
w
�
�
�
�. al
� LIfNEST�1+lE - gray
5fl1'/"
sa����
�
0
c
�
�
6
L
N
�0����
����� ii
�� ❑riller 7yler- T.b. p��te �b`
�i ❑riUing 141ethod� Cvr�tinuaus FlightAugers
in
Borin� 7ermina�ed at ApprQxim�t�ly 20 Feet
Propased Elevation = d4b.0 �ee#
Approximate Grading - 3.0 Feet Cut
B1�7U4
Log P�oject Vo.
B-4 � 2�-25332 Walsh Ranch Phase PA3E
e����9 �o����n - 5EC Vlfalsh Ran�h Parkway, Walsh Avenue ��� E
Bloek 51, ��r �3 Fort wortn, Texas ,
Lati:ude Waler Levei dbservdtions {#eetj ��tE I E N G I N E E R I N Cy
32.73fi98° N Whiie �rilling Not aGscn+cd T-B-2'I '
Langitude At Baring Carzpletion Nat Observe�
97-$�783p � End o� Oay NQt Measured ' � w
N
G7 q � � � a
a �"' y `y � N m y C � L
� � ~ _ �° U °f� z �E � � dy
Q a Q m S#ratum aescriptivn � 2 ~ o� a+� ¢� � a � ;� �
p cn E � n� m ° �� •N w � — � 0 4
ro �� � �,c y,', ' 3 �' "o
"' W Rppro�arnate Surfaoe E le vaHon = 849.0 feet � O y a a a in LL-PL-PI � ffy a � y
•' LEAN CLAY �CL} - dark hrown to tan. with organics
i
—F 4.5+
- tan, with calcareous nodulcs
4.5+
� - with ierrous stains and chalk �cpasits E 4.08 45-15-36 -0.2 105
If[�
3fi.
- ;an
NE - gray
I 15�i�1 I I � 5a r" �
�
Boring Tcrrninated at Approximately 20 Feet
Proposcd Elevation =$44,0 Fect
Appraximate Grading = 5.0 Feet Cut
8
�
0
C
�
�
O
t
�
�' I
� __ I _�'�!•:•I'��31 Lnundanr.;: arr, ,7 roximalF: �n s�lu, [r.rir.ilm�ss utiip I.t
U ❑riller: Tyler- T D
� ❑rilling Methad: Continuous FlightAugers
561'/."
5D1���
Plate A.7
B1 �7D5 -,
Lo� I Project No.
B-5 � 2'I-�533Z Walsh Ranch Phase PA3E .
Bor�r�g ��<<� SIEC lll�alsh Ranch Parkway, Walsh Arienue ��� C
Street A Fol't WDrth, Texas G
LatltLdc WaterLevel Observations [feet} ❑a[c E M1i G] f� E E H I N G
32.�3703° N whi�e flrilling Not �b5erved _ 7-6-7'1
Lonpitu�c At6oringCompletian I�[otOhserv'ed ,� �
97.55T03� W En� of �ay Nflt Measured � a �
Q Y L
O � al t
y N y �n c
� �� do a a7� Q a� U � m�n
a� c �:, V E � d y
a � � �° Stratum ❑escription � z ~ � °� �� � J � � " w �
d G C Q y C L Q
� T � d �s da 'N y m � 7
a N E a ron a a=id m� �0 3 �' Eo
'� �='� Approximate Surfa�e Ele�ation = 846.0 feet � a en d� a vf LL-PC.-PI � N O � L?
� fAT CI.AY (CH] - dark brown to tan, unth organics l
�.3+ 5a-20-30 I
844. �
LEAN CLAY (CLj - fan: with cal�areous nodules and
chaik deposits d ${
5
a
W€ATHEREo LI ME5TONE - tan
5fl1Y.��
5(31'J,��
�
� 1
a
�
50f%"
50!'/ "
5Q!'/a"
26. � 50? /�
Boring Terminated at Approximateiy 20 Feet
Proposed Eleuation = 844.0 Feet
Approxirriate GrBding = 2.0 Feet Cut
priller. Tyler- T.�.
� prilling Methotl: Continuaus
� LIME5TONE - gray
in sllu. Ir nsil r.rs mayGe gYsdual
4.5- I I 37-17-20
Plate A.8
—B1�7D6 _
�os �o�ec� r�o,
B_� ��_2��3� Walsh Ranch Phase PA3E
Horing Lo�a���, 5EC Walsh Ran�h Parkway, Walsh Avenue ����
Street D Fort Worth, Texas
Latilutle WateC LCVBI QbBervations (fe�ty ��e E N G I N E E R I N G
_ 32.73707° N While drilling Not Dhserved T•fi-21
�ongi:ude At Bormg Campletion Not Observed � ,�
97.55fi29° W End of Day Not Measured � a �
�
q � � a
� O QI � L
a � oo y N q`� ,,�, � .c+ c
� w
� ° H C a•9 a � w ° � E C� � m'v�
�. � a � 5tratum Descriptivn � z � a � �o ¢ J � � � _ �
O N� y q�m � ma Hm N _ � I�a
� d
� � Approximate Surface Elevation = 845.D feet � a N a� a in LL-PL•PI � y o` � i i
LEAN CLAY [CL] - dark hrflwn to tan, wi[h organics -
I 4.5+ I �
:�
0
r
�
��
�
V
C
r
U
�
0
r�
�
C
aa
TJ
C
47 2
�
�
ro
�
�
�
�
s
�
�
�
�
r
- hra�.�n #o tan, with cal�areaus nodules
i.D:
WEATFtERE�] LIMEST03JE - kan
31 4
LINI�SIafVE - gray
Baring 7errninated at A��roxirna;ely 2U Feet
Praposed Elevation = 836 0 Feet
Approximate Grading = 9.0 Feef Gut
501'Ji'
501'/"
5013/ � �
501'/."
�orrz �
�orv...
.]Il�l1��
54!'/a"
4.5+ I I 40-2�-2�
p �, r.�.i3�nai rirnmtl�nre srn.�� rn:�im.ry�n; in z�t�. Irm�s�liuns mn En r�dual. � I I 1 �
� �riiler Tyler-T.D.
� orilling Method: CorRinuous Flight Augers Plate A.9
L� � I �7v� p.geCi 1Va.
B-7 2'I-25332
Ba� �g Lorz��on
Black 53, Lot 47
Latitude yy;
32.�3712° N While Orilling
Lorgitude At Baring Campl
97.55549� W Erd of IJay
a �
� 0 � c
Wa��h Ranch Phase PA3E ��
5EC Walsh Ranch Parkway,lNalsh A►►enue R�� E
Fvrt Worth, Texas
ave� Observatio�s �feet} �ate E N G I fv E� A I N G
Not Dbserved 7-6-21
Not otrsenred �
a �
Not �MeasUred L R �
a � n �° Straturn Description
G � � d
b
y W Approximate 5urfa�e Eleuation = 844.d fee+.
LEAhi CLAY (CL] - dark hrown ta tan, with organi�s
� - brown ko tar: with �al�eriaus depOsits
i
BAU.0
WEATH�REU LlME5TOI+iE - tar
5
o � L a
N � N m � � � =
� a Y o �._ a d � o
a,O V m 2 �� Ca � m+n
J i�9 H ��7 a1 e � � i a ~ � �
� =I �°" a r _ � r a
m`m ° m'n` N} � m � c°s�
ma a m v � a .`0 3 �' e o
�S O rq a a I d N LL•PL-PI � cn Q � c�
5r�i.��
5D1'1,'
50�����
5�JY,"
�
�0
LIPA�ST�h�E • gray
50,`%i'
50i'/"
� 1
m
�
�
�
u
�
D
N
�
�
L
C
�
�
C
� .
dl !
�
E
.�
N
�
m
a
�
d
v
�N
C
g
�
s
E
�
�
L
� s�a.a
SGrirg Terminateci ak Rpproxima:e�y 29 �eek
Propased Elevatfor - 840_� Feet
Approxlmate Grading = 4-4 Feet Cut
$ _� � Pdutcd:�l I�aunc�zrles are:�;irnXgr���� _in s�ilu, 1r�in5:[n�ns mi�y er_
�, ❑nller: TyVer- T.D
� _ ❑rilling Method: Contiruous FE�ght Augers
5or
47-21-2�6
Plate A.1 �
—B1�7D8 _
�05 arajScl No.
6-$ 21-�533� Walsh Ranch Phase PA3E
go�:nG Location — SEC V1lalsh Ranch Parkway, Walsh Ayenue
81ack *�3, Lot 39 Fvrt Worth, T�X�S
La�i�ude Water Level Observations {feetj �g
32.7371 d' N While brilling Not Dbserved 7-7-Zi
La Git,,de At Boring Gvmpletion Nat Obsery d
50i 1'/�" I
5Qi'/,�� 1 Q
97.55�4i2' W �
End of Day Nat Measured � a y
o � w; a
y d m � S
4 � C �� N y� c � C
� U� C �,O V 67� Z �-� V m m�in
� � ; w 5tratum Descri tion � @ � � � �. � J � � � � �
� N � � � 9�i � � 6�7 � L o ¢ � � C
❑ y W � ' N j yp � Q a
iva a dd �� a 3 2' co
Approxirrate 5urface Elevation = 842.0 feet � p u� a� a y LL-PL-PI � u� p ��y
LEAN CLAY �CLj - dark Farourt� to tan, wi[h organics —
andw��[hered limestone fragments 4,�+ '�
$4D. D
__ WEA7HERE0 LIMESTONE - tan, sandy cEay seams
—. ., from 2' to 4' S0l5" fi5 43-1B-25 14
5
�
�
6
�
u�
a
0
a
�
C
�' 2
t
a
.�
s
t
�
m
ti
.N
C
g
m
a
0
c
ti
�
0
L
5Qi'/e�
5Qi'/.�.
sai �z �
ao��: �
I
R�NE
I E N G I N E E R I N G
�
s
LlMEST�NE - gray
Baring Terrn iza[ed at Approxiinately 20 Fset
Propased Elevation = 839 0 Feet
Approximate Grading = 3,p Feet Cut
5a1'/�"
5Qi'/ ��
5
D �1S:31P�i:[Ihn�iltid��RP.S:I����i=rtfki �Sy;�FIiLl.11'i1115111�l1F.111:1 b0
� Driller; Tyler- T.D.
� Dri4ling Method: Continuous Fliqht Auqers
Plate A.11
-B1�7D9
�qg Project No.
B_g 2•�.2���2 Vlfa}sh Ranch Phase PA3E
�o�ng Loca�inn SEC Walsh Ranch Parkway, Walsh A�nue ����
Block 52, Lot 89 Fvrt Worth, Tex�s
L�.:itudc Water LeVel ObSefVd0lo11s (feet} �ate E N G i N E E R� M G
32.7372d° N While �rilling Not�bsen,+ed 7-7-�1
Langituae At Boring Carn�leiion Not �G5BNed .� '�,
g7•553�'�° � End of Day_ Not Measured o � �' a
o a� �i L
� � N � N C � E
a � C a "4'I N G• � a.+ 0 � � O
�. O � � � ❑ � G7 ... � � U � 01 �A
Ya � o � �a F- E°' � a �' � ` r ;` w
E Stratum Descriptian J� re=_� a ��° _= a
� N � � � v�i � C 1�7 rA } y �I la.1 E
a � w �a a w m m� 0 3 �' c❑
i App�oximate Surface Eleuation = 841 .0 fee[ � d Uf �� a Uf LL-PL-PI � ul ❑ � U
— � FAT CLAY {CHj - brown to light brown, with
weathered limestone fragr�ents and occasianal sand 4.5+ 77 52-20-32 1d
searis
4.5+
5�
10-- -•
837 [}� —
I SANDY LEAN CLAY �CL} • lig�[ brown, wlih
calcerious deposts
o-i:i5 �
WEATHEREQ LIMES7�NE - lan, clay seams frorn fi'
ta 8'
12
4.5+ 63 43-15-28 13 1.0 121
5D?'Ja '
501%"
50? %i '
50?'J.��
� 1c�_
�
�
r -
U
.�
❑
6] -
7�1
9:
t
�
�
� -
C
�
� zo—
E
�
�
�
a
�
m
a
N
Co
C]
G1
�
❑
C
�
7
g
N
C31
O
d
N QrillE
� ❑��ii�
9 �1'
� a�
Boring Ternlir�a.ed at Hp�raximately 20 Feel
Proposed Ele�ation = 83�1_E7 Feet
Approxlriate Grading = 7.0 Feet Cuk
:r: Tyler-T.b.
�g Method' Cc
Ilri.l[�3�.1� t9uI1d:3�1C:i 3f�
ntinuvus F1igh[ Au
[imnle; q� >-fii..lnn��i]n�n3 ne;�y
�ari �
7
6
5
Pla#e A.'! 2
— B1571D _
��S 'rq�ct Ro. - -
Br-1 � 21-25332 Wa�sh Ranch Phase PA3E �
3o�'ng�o;�t�� — — SEC Walsh Ranch Parkway, Vllalsh Avenue �� ��
Block 52, �,o�s� Fort wortn, Texas
�atit�de Water Level �6servatians {feetj bate E N G I N�� R I N�
32.�3722° N While [7riliing Not p6scrved 7-7-2'1
� Langi[ude At Bnnng Completion �fl� p��ery�
97.5531 �° W End of C1aY Not Measured � a
r y
6 p� d> �' a
n � H �� N �� C 67
C
� o� `m e a � o �•- o �m v.°
�� 0 7� � °' z �� �' 3 dH
a � a � S#ratum Descrip#ion J� ~ p� ale �J � � �`
p N � a�i d� ° v� ' ui °? 4 r��n = j p a
r� w �� d m m a.� �� � 2� � o
App�oximate 5urface Elevation = 835.0 feeY � O rn b� a as LL-PL-Pd � rn o � �
FAT CLAY {CH} - daek brawn, with wcati�ercd
_ limesYone fragments and calcareaus deposi^s 45+ �
5
831.0
REd EIMES7DNE -;an, with clay seam5
5�?���
4,5� 97 43-15-25 S 5
I
I 5
�
o —
a - -
� i � .__
�
v
[
� •-
0
e�
v+
u
� T
o -
� �
� �
a
�
a
�
N
�
a
C
u
m
a
0
c
n
�
L
n
819. Q . ..
LEMESTONE- gway
�S.i]
Boring Termii�aEed at Approxinia�efy 20 Feet
Propos�d Eleva{ioh = 829.0 Fee{
Approximate Grading = F,p FeeY Cut
`v0?%i'
sori��
50�'/."
501'/"
5a?Y4 �
50r%<"
fi
& 1 -l-'--
5
p MR[qpnF hnidld.lfiA=:��F �p m�nr�3i4: II Gdtl. Lnnf.IlmnL m0 6C [aC�uol, 1 I � I I_ �
� Oriller: Tyler- T.D. ��
�❑riiling Method: ContinuoUs FlightAugers Plate A.13
Log � 1•�� 1� _ projed No.
B..1 � 2�1_25�32 Vllalsh Ranch Phas� PA3E
Boring �ocation SEC Walsh Ranch Parkway, Walsh A�enue ��� C
Black 52, Lot 8�1 Fort Wvrth, Texas G
Lati�ude Water Level Dbservations (feetj °�te E hl G I N E E R 1 N G
32.73723" N While Drilling Not Observed 7-7-21
Lnngi:ude At Baring Completion Not abserved �
97.��23$° W End of Day �1ot Measured = a `w
::
— a $-- = a �� o aa.y. o d �
,� Q� � �.o U w� Z �E v � m'�
a� a'� Stratum ❑es�ri ption �� � e��� a J s� _= Q
a'' a m °" ° � � 'y ' �+ °' � E
h� m i�� a �m m� �0 3 �' �o
N W Approximate Surface Ele�atioh = 825.4 feet �r � N d d' d N LL-PL-PI � en ❑ = U
LEAN CLAY [CL) - dark brown. with weathered
_ � limestonefragmentsandorganics � q,�+ g3 $1-27-54 21
5 —!
10-
4 1
m
�
�
L
[]
�
❑
d'
Q
d
a
�
� �
u
�
E
P
�
a
.�
S
�
�
�
C❑
[]
�'
�
❑
C
U
O
L
w
�
0
o,
c
c
�
�
1.�
WEATHERE❑ LIME5idNE-tan, with clayseams
fram 4' to 10'
11.4,
LIMESTONE - gray
Bpring Terrninated at Approximately 2�
Propased Elevation = 825.0 Feet
+`�PP��ximate Grading = 0.0 Feet Fill
Driller; 7yler- 1.b.
Orilling Method: C�
Ma[eria' 6vunr,laries aroaooro�imafe: insilu, :r�nsihnns
xatinuous Fllght Augers �
5�r2Y"
b0.+���
50J1"
5 0,`1 y ��
50i'/���
50i'/��
4.5+
13
13
--- I 7
8
4
Plate A.'�4
—B15712 -- - _.
�og Project No,
B_�z 2�.��3�� VIlalsh Ranch P#�ase �A3E ,
Bo���9 �a�t�o� 5EC Vlla�sh Ranch Parkway, Walsh A►r�nue �� � E
Block 52, Lat 77 FOI't Wo#"th, TBx�s
�atitude r Watar Level Obsenrations {fee}j ���a�e E N G I N E E R I M G
32_73i34° N�While Drilling Not ahserved � 7-7-21
Lang�t�de � At 6oring Completion hlot 4bserved � ,�
9�.55159° W Fnd of �ay Not Tvteasured .�'. a
o � �� Ot � L
a � � y,� `"� 61 � � � C
$�~ Q i° v �� z v� U � m'w
� T 4 -� 5tratum Description J � � 6 = �� a �' ; a = �� �
� N y � � N � C lc ,N y y � L1 G
�� a ym ��+ o
Approximate Surfa�e Elevation = S"i9.0 feet �� r� d oG a rA LL•PL-PI � y a ��y
LEAN CLAY (CL} - dark brown ta I'gh[ tan, with
organi�a and weathered limestane fragments
- reddish L-ra�Nn, with calCareoua depoaits
�. 5+ 20
-0.5+
15
I 10—�
- liglht tan, with chalk
LIMESTONE-tan, with clayseams
! 15—
�
99 ti
E3aring Termina[ed aE Approxirnataly 20 Feet
Proposed Ele�a'�on = 821.0 Feet
Approximate Grading = 2.0 Feet Fill
ei
�
L
��i
��I
Mslerfel 6oundari re a �px rca;e''n sil _transi6
� oril�er: Tyler-�.D.
� E �rilling Method: Gontinuous Flight Augers
5413"
5U13"
24-24-28
I N=50
12
4.5+ Sfi 47-1 fi-31 � 19
3.25, 18
14
5
10
Piate A.15
�� B 1�713 p.�eC� r,�o.
B_ � 3 �� _�,33� Walsh Ranch PhasE PA3E -
Bn-irg Lncatinn SEC Walsh Ranch Parkway, Walsh Ayenue r
Black 52, �.ot 71 Fort Warth, Texas ��� E
6ate ENGIMEERiMG
�atitude Water Leval Oioservations �feet� i
32.73�38° N While arilling Not Ohserved ?-7-21
Long'ude At 6aring Completian Not �bserved o �
97•��`�77� W End of day Not Measured � a �
— - — o vi v; r
6i v1 N y y c � C
a � m p a a.3 Q a'_' o v a O
� � H o � ;_ ` � Z o� .E � � _ °A
a � � �� Stratum Description i � o � � _� 4J w �° ._ � �
T • 01 — � p
� y� W �� a a�ia� mm �0 3 �' co
Approximate Surfaoe Eleaation = 815.� feet �r O tn ��" � tq LL-PL-PI � el� O � U
FAT CLAY [CH] - dark brown ta reddish brown, with i
❑rganics and �alcareaus nodules 4,$+ 17
i
�
- 4.5+ 98 6�r22�3 22
1� 811.�
LERN CLAY jCLj � reddish brown, with weathered
5—
limestone fragments 4 � .�$
3.50 86 42-'f 7-25 19 -0.7 99
i
2.D0 � 18
1 �I
r
a
�
u
L
O
�
E
�
u
�
E
0
w
F
�
W
�
u]
N
�
�
3
C
�
�
a
�N
Cp
{]
�
�
L
�
O
L
N
i 5—I
i
2❑ •' �
UYEATHEREd LIMESTUNE - tan, severly weathered,
with clay seams and layers
CLAYEY GRAVEL [GCj - weathered lirnestone gravel
with light hrown clay
Boring Terrninated at Approximately 2Q Feet
Propased Elevation = 82�.0 Feet
Apprvximate Grading = 5.4 Feet Fill
� I I � JMe�e-a� eo�ndaries are ao r�oxh�ate; n s ��, tra2sit c.:s �rwy
y ❑riller: Tyler- 1,p,
� brilling Method: Continuaus Flight AUgers
5fll4'/x"
501fi" _ �
4.D0
I 5
15
L I I
Piate A.1 G
— B15714 _
Lpg Projer.t No. — I
B-'14 21-2533� Walsh Rar�ch Phase PA3E
ga��,�� �o�t;o� -- - SEC Vllalsh Ranch Parkway, Walsh Avenue ��� �
Biflck �z, �ot s3 Fort Worth, Texas �
La�itude Watar Level Observativns {feetj ��e E N G I N E E R I N G
32.73743° N WhllO Qrllling Not Obserr�ed 1-7-21
�onpilude At Baring Completivn Nat Ohser�ed
r' �`
�7.55002° W En� of Qay Not Measured a �
e Q
o O� t; L
t10 �- CV � Ul C ,a1 =
� �, � —y C � :: N o � *' O � v . e
� ~ 0 c�t � y �•• 2 67 � U c r�n
a� a ro Stratum Description �� � o C�e � J ; a �� ��
us �' s � o +' •— e� — � a
u� E m a d n 'y 3 � � � o
� ,;, W ro� a d m c.� 0 3 � c o
Approxima[e 5urface Elevation � 81 �.� fee[ �:O rn a oe a rn LL-PL•PI Te m ❑ � U
LEAN GLAY [CL) - dark browh ta I gh[ tan, with ,
organ ies �.5+ � �
- reddish brown, layered, with �nreatheretl limestone
fragments, ealeareaus deposits, and sand seams
4.5+ I 78 I 35-15-2� I 13
5 —I
1
.�
15—
Q4 Q
cLAY� 5►�HD (SC] - lightbrown to light tan: with
calcareous deposits
- light tan, �Nith pure sah� and chalk depos�ts
97.
EA�HERE❑ LIMESTdNE - tan, s
fissile, with clay seams
- ferrous stains
22-3016„
8aring Terrninated at Approximataly 2C� F�et
Proposed Ele�a#ion = 818.0 Feet
Appraximate Grading = 8.� Feet Fill
� [erial cni�rtla; es
�' Driller Tyler-T.D
�
� prilli��g �1+lethad Con[inuous Ffigh[
weathered,
4.5+
12
d.5+ � 45 I 32-13-19 I 10
1.25
13
8
fi
Plate A.17
—B15715 -
Lpe� Prpjeca No.
B_15 2�_2533Z Walsh Ran�h Phase PA3E ,
Bpring Lflca:ifln 5EC Walsh Ranch Parkway, Walsh Ayenue �� � C
e�ock 5�, ��t s� Fort Worth, Texas � G
Latitude Water Lev�l Qbservations (feetj pgte E�7 G I fV E E R i N �
3�.73741° !V While Drilling Not Ohserved 7-�-��
�ongitu�e At Boring Cnrnpletion Not Observed � ��
° a
9i.54922° W�� af day Not Measured � _ `w
_ p � s n
N N � y � � C
G .�' C a :l y O �+� � y 9. Q
� o� c �° t7 �" z `m,E V 2� my
a E a�° Stratum Description �� o ° c �= d J � �` '_ � a,
� � m n� � 'y � m � � �
a"� � W �� d wd b� �o ; �' �a
� Appraxirnatc Surface El�vat+on = 865.a feet �� tn d� a vs LL-PL-PI � uJ G 'C�
SAN❑Y LEAN CI.AY �CL) - dark brown to redd�sh
- 6rown and Iight gray, with organi�s 5
• - rcddish hrown to light gray, with calcareous nadules
and avcathered lirncstonc fragments - -
�' �
5
1
� 1
�
�
�
�
�
o;
�
a
� �
d
�
�
2
�
�
W
a
�
a�
�
�
c4i
m
�
g
�
3
L
w
�
VII�ATFi�REI] LIMESTOi�E - tan, severly wea�nerad, 1
fiss'Ic, with �lay seams I
- gray
7A5.Q
�aring Terminated at Aprroximately 24 �eet
Proposed Elevation = 805.0 Feet
App�roximate Grading = 0,0 Feet Fill
9-S•8
N=�s
50,'4"
5d!2Y,"
5D.�3�"
5di 12"
5Q�1 ��
5�i Y="
4.5+ 62 43-14-29 11
11
6
10
0
�
�r�- hl�tnri.�l r•nin�f.vir:: �re�omxlrtrlir:. rt� -�i�i,i. li:u'�ti[I{�.i)s ns�+}_I'n_qr.icfirnl
� Driller, T}�cr-T.d. Plat� 1"'1.� O
� Drilling Methad Continuous F�igh[ Augers
— B 15729
�or, I Pro�eIX �yo
E3-'I s � 21-25332 Walsh Ranch Phase PA3E
aoring loca[ion 5EC V1lalsh Ran�h Parkway, Walsh Avenue �
B�a�k ��, �at � Fart wo�n, T�x�s R� {V E
La�itude Water Le�el Observa#ions (feet) date E N G I N E E R I N G
��.�3s$'� ° N While drilling Not Observed 7-$-2�
Lmgit�de At 8oring ComplEtiqn NAt Qbser+led
9�•�99�� � End of Day Not Measured �,'., a m
m � o� d c �
n � °0 m ,� N ¢� � C �' _
� o � � � o a �� o �•- a '�, � q
a a Q'� Stratum Description �� o o= � a a� � o � � a
� y �
� � � `�� �R �'°�' �y 3 �' �v
�' w Approxir�ate Surface Elevatio�n = 8�7.0 feet � o y a a a v, LL-PL-PI g „� � � V
FAT C�AY {CH] - dark �rawn to reddish tan, witli
organics
4.5+ 17
4.5+ 7�23-A7 19
-gray, v�ith weathered limestane fragments - j
�/ —
ti 12-1$-�0 �
% N=58
� u' -weathered limestoRe layer: hard rock ,
- reddish tan to light gray
�f��
THER�d
i
m
�
'�
�:
�
� �
- tan !��d�i� c�:,y seams
� 2� 787 0
8oring Term:nated a! F�pprQximately 20 FeeL
Proposed �le�ation = 815.f] Feet
� Approximate Grading = 8.0 Feet Fill
�
w
@
a
N
�
�
a
�
Q1
�
N
8
�
0
C
L
�
r
w
�
c
�
IVninr_71 I7ntr1,�'..l�u:: ;�rr. io�rpxi»iai.-: �it
� �riller Tyler- T.D.
� oril!ing Methad: ContinuausFlightAugers
. m,: ,:c ���.��v;�.
14-21-24
N =45�
5 0.+2"
501'1"
541't;'
50i /"
13
14
m
Plate A,'�9
- — B 15728 - -
�pg Project Nn.
B-1 � 21-25332 Walsh l�anch Phase PA3E -
Boring Lncatlar� SEC Walsh Ranch Parkway, Walsh A�nue ����
Block 55, Lot io Fort Worth, Texa5
�atit�de Water Le�el Obserw�tions {feet] �te L N G 1 N E E R i ry �
3�.73681 ° N While drilling Not Observed 7•&21
Lnngi�,:de At Baring Completion Not ObSeNed � �
97•r'..►4994� 11H End of �ay M1Jot Measured a � a R
a p; r
d y Y N �Y C .� C
� 7Ry $ � `e a 41 ..�. � � � V � Ei V1
� ~ � d 1�9 F � II! BI o �- J � '= a7
a� a�� Stratum Description � z o e=�� Q = o == a
�, _ � o
a � y W a� a W d m� 6 3 �' c O
Approximate Surface Elewation = 813.d feet �r d tly a� a rn �L•PL-PF � tA G � L]
FAT CLAY �CHj - dar�C brown to gray and reddlsh tan,
with organics and �al�areous nodules 4.5- 21
4.5+ 94 62-20-42 19
- reddish brawn, with weathered lirnestone fragrnents � I
5_ � and ferraus stains ¢,5+ 14
325 91 65-15-50 18
3.25 15 --�
1 Q—
- light tan
LEAN CLAY (CLJ - li�yht tan to gray an
, brown, with sand
c .�
�
�:
r
U
m
O
v
�
0
�'
�
E 2
�
�
E
c
;e
�
�
�
�
L
�
- gray ta reddish tan, blacky, layered: with ferrous
s:ains
Boring 7erminated at Approximately 2q Feet
Proposed Ele+�ation = 81fi.0 Feet
Approxir-iate Grading = 3.0 Feek Fill
�, ❑riller. Ty�er- T.L�.
� ❑rilling Method Cantinuous
ale; in sil�•, iranti��ons may
3.0� iT 27-14-13 17 -9.21 114
4,5+
14
L I 1
Plate A.20
—B1572� -. - -
�og � Project No.
g_��, ��_2���2 Walsh Ranch Phase PA3E -
aQ�����o�as�on — SEG Walsh Ranch Parkway, Vllalsh Aaenue ��� �
Biock 5�, �at z2 �art Wor#h, Texas
La�itudP Water Level 06servations {feetj �at� E r� � i N E E R I N G
32.736�6° N{WhileOrilli�tig Alot �hserved 7-$-Z'�
�ongitude At Barlhg Gompletion Not Observed
97.55U75� ri�V End of �ay Nvt Measured ° �
a
� � aa
o a� �+ � a
a � _ � � � � v� c n+ _
� � ti a � � o v m:° i y� Ca � m'u,
� F a � 5tratum Descrrption � � ~ o � �� ¢ � � � .� � �
a
a � � � � y � y :� � w ; iA _ � � a
rn � � ............._._ �,.y__ ��_._. __ _ �..,��_ . � a m m R� 'o ; 2' c a
�
7
P
ti
N ,� ��
i FAT CLAY {CH] - dark hrawn to light tan, wilh
argani�s
- reddish 6rotivn, tivith weathered limestone `ragments
and ferrous stains
- with calcareo�s nodulas
- light tan, with sand
gg_ p
WEATHE�ED LIhR�STqNE - tan, wilh c�ay �ayers
98. (l,
i Bnrin� Terminated �t F�ppraxirnately 20 Feet
IPropased Ele�ation= 878.Q Feet
Approxim,ate Grading = 0.� Feet Fill
�� � � I F.1n!r•r•:�r hr.iinrl�irii+c �rr: zrpr.�:ima'a; ri sdu Ir.uts�t�ons ma1' ue
N �rlller� Tyler- T.�
� Drilling Methad: Gontinuous Fl�ght Augers
� O +n 4� a rn LL-PL-PI � �ry ,p � �y
i
4. 5+ 19
4.5+ 98 70-22-48 23
4.50 � �
4.25 89 50-15-35 19
4.5+ 13
$
SOii'/�" � 7
54r'1 %i"
I
P�ate A.�'I
B1�726 —
Lpg Pro;e� No.
6-19 �1-25332 Vllalsh Ranch Phase PA3E �r
8oringLo�a���, �- SEC Walsh Ranch Parkway, Walsh A�enue ��� C
glock 5d, Lot 25 Fa1't WD1'th, TeXaS G
�atitude Water Le►iel Dbservatior�s [feetj �te E n! G I N E E R l�7 G
32.736T3° N WVhile brilling Not �bsenred 7��-Z'�
Longi`ude At Horing Completion Not Ob5efVed � �
97.5575'I° � End of day Na# 1Vfeas�red o � a �
- — e a� �; L
� N � y� C � C
�: }a, � � O a � « � � � �.1 ?� dl Vi
o E, C �;; V E z
r E " ¢ 5traturn ❑escription � � � ° �' C�' �J � � 'c � a
d = � o
a �, a 1° °' ° °' �'y n w m u E
a N ,Ev W � a a m ai9i �.� 0 3 �' c o
� Appmximate 5urface Elevation = 822.0 feat � G tn a� a tn LL-PL-PI � Uf ❑ � L1
Fdi CLAY �Cliy - dark brown to tan, with org�nics
d.5� i 19 ,
4.251 97 I 69-32-3? I 23
5
16.�
SANDY LEAfU CLRY �CLj - reddish 6rawn, with
weathered IiR�estone fragments, cal�areous nodules,
and ferrous stains
14
fi3 39•17-22 15 �-0.4 � 10fi
9-10-13
fV=23
10-
�I
�:
�s
�
r
U
�
a
w
�
�
0
�
�
b
�
.�
�'
m
r
E
.�
�
�
�
�
m
`m
�
�,
3
�
�
�
�
0
�
w
m
❑
�
c
�.
.C3
N
F
'15-
� BD4.01 �ATHERE� LIMEST�NE- tan, with clay layers
1
❑rilVer 7yler-T.b.
Onlling Method� C
d.5+
Boring Terminated at Approxirnately 24 Feet
Proposed Elevation = 82�.� Feet
Approximate Grading = 2,0 Feel Cut
�
i� si�u- l•:�n.ti �in�s may 6e grad.i:a•
16
�
Plate A.22
B15725 -
Lag �roject No.
B-�Q 21-25332 Walsh Ranch Phase PA3�
eori�g Lo,:a[ifln — SEC Walsh Ranch Parkway, Walsh A�enue �� ��
giock �, �ot 3p Fort w❑rth, Texas
� Lati[ude 1Nater Le�el Obser�ations [f�ee#j Date E N G I N E E R I �v �
32.73f67° N while 7rillinq Nat ObservQ� 7-$-21 _
�❑ngituda At 6aring Corn�letion HQt O�served ,�
�7.�J�3'�° � �nd of 6ay Not Measured °.�. a y
d d +r a
�. � o �,
�7 = �� N �y C � _
r � � p � y`� v �~ � �� m � _ �
a E a, � 5tratum Description �� � o�= o Q Y e �� �
T �
� N � � �y F cm y} •y e� _ �a
'� � Rpproxirnate Surfa�e Eievation = 825.0 feet � p r�'n a� a in LL•PL-PI � �n o � U
LEAN CLAY [CLj - dark brotivn to orown and light -
gray, with organics and sar,d
- �rown 3.25 95
I 5 —�
���l�I
I 15�
- hrotivn to light gray, layered, tivith ch�lk deposits
a�.o�
WEATHEF2�0 LIMES7Q�IE - tat1, wi�h �lay layers
-. : �; ai}5.o
Boring 7errrunaled at Ap�roximatefy 20 Feet
Proposed Elevation = 824_0 Feet
Approximate Grading = 1.0 Foot Cut
C
�
�
Q
L
61
❑
m
G
�� ... idns�•r�al haund.�rins:vi�.�P�ip.
� ❑riYler. Tyler- T.D.
� �rilling Mcthod GonGnuous Flighl Augers
6a
I
4.5+ 73 39-21-�8 13 I
�
501d'�' I` I
FR1'/." S I
50.� 1'/��� 1
SOi'1 �� �
50: v���
SD10"
so+ � ^
50+Y,"
I
7
z
�
Plate A.�3
Log � 1 �724 ProJect No.
B-�1 � 2�f -25332 Vlfalsh Ranch Phas+� �PA3� �
gOFirg Lp�atian 5EC Walsh Ranch Parkway, Vllalsh A�enue �� ��
Black 54, Lat 34 Fort Wnrth, Texas
Lati[�de water �eve� Observations {feetj I�ate E N G I N E E R I N G
32.73fi65° EV While brilling Not Qbserved 7-8-2'I
Lorgi�ude At Bnring Con�p{et.ian Not OhBerved �
97.553U9� W End of day 1�fot Measured C � y
_ G « � R
H � N � m � C� L
n � �[ a m� p �!' O Es a O
� o � � �� � � x �•E d � Luyi
Q � � �° Stratum Descriptian J z ~ � °� �� � J L � � � �
� a .. _.L a = C L Q
°� rn E � m4' F eR uNi � �' � � ��
Q � W �� a da+ R� � 3 �' co
Approximate 5urface Ele�atiah = 831.� feeR 30 tn �� a rn LL-PL-P� �' us G � L7
GLA,YEY SANo �SC� - dark brown to light tan, with
❑rgani�s �
- lighttan, with ferrous stains, calcareous deposits,
,� � and weathered limestone fragments — --- -
� 4.5+ 37 33-99-14 8
', '', 20-18-19
,.� - grarrel layer, �arge cohbles possihle, Weathered �_37 6
� - Ifinestone in orgin ,
'. '.' 622 6 �
1
MERED LJMESTQIVE-tan
� 5fl1'lz '
5�1'l,"
6
c`
ol°1 1
n
�
�
.�
s
�
5
E
2
�
�
3
�'
m
�
�
3
�
0
_
�
�
r
�
hg
9�Y
11 OI
�Suiing Terniin�tcd at Approx����ately 20 Feet
�'rapased El��ation - 8�9.0 Feat
Approximate Grading = 2.0 �eet Cut
5ar�.'
5ar'I:'
541'/a"
5Q1'/"
�
5
o -� � � I If�ln�int twr}dane;.arer �pn�x,m�tP_�i7 sdu. 4r..ir�sAlunS tt�:�Y I���ra�u31. �
A flriller: Tyler- T,D, PIatB �.2�
� prilling Method: Continuous Flight A�igers
B 15723 _ _
I��5 'raject No.
B_�� ��_���3� Walsh Ranch Phase PA3E .
ao��n� �oLat��� - - 5EC Walsh Ranch Parkway, Vllalsh A�enue ��� �
Block 54, �at a Fvrt Vllarth, Texas
�atitutle � Water Le►iel Observations [feetj �at� E N G I N E E R I N G
32.7366D° N l+llhile Qrilling fVot 06served 7-14-2'1
Longitude At 8annq Cornpletian I�vt Observed ,�
97•��s��w Endofbay NatMeasured : a y
c Q
a � �+ '� N � H c �+ �
Y �� p �� v m'' i � E C? � �'m
� � :- Stratum Descriptian � W � o � �e � � � o = �
o�i N�i � � L� p Y• C C m 4 w �" C C a
� @ � ro � b W � � N .`� � C O
� � Approximate 5urface Elevation = 833.0 feet 3 O u� a� a'u� LL-PL-PI � rr, a � c3
CLAYEY GRAVEL (GG) - tan U�eathered Ilmcst�ne
_ framents �vith light tan clay
5�
� o�-
85
REf] LI
9"�Y
- tan
4
11-27-5�i3" 44 26-17-9 5
5a!'/.' I �
50I'.�<'
JQ�?'e �
fi
� � �.
ro
�
_
i
U
N
O
JI
�I
N
❑
�
��
� 20�
�
E
�
�
�
s
�
�
�
�
�3.{�
Barinq Termii�a'ed at kpproxitnateiy 26 Feet
Proposed Ele�ation = 8:3�i.p Feet
Approximate Grading = 1.0 Foot Fill
� I
0
�
�
�
0
�
�
�
�
— �lntnnal tiru�r:d.�r:r: arn i�Prnz.m�in: �n e
� ❑riller: f�fick-T.O.
F ❑rill�rzg Method: Continuous �iight Augers
bo
54r%4'
5p� Jd'
501'/,"
5aia��
5
6
Plate A.25
B1�722 -
Lay P�oje�t tJo.
B_�3 2�1_2$332 YVals4� Ranch Phase PA3E . -
5orng Lncalior, 5EC Walsh Ranch Parkway, Waish A►ren�ae �� � C
glock 53, �at 2o Fort Worth, TexaS G
Latitude Water Level Ol�ervations (feetj d$te � � � � � � � � � �' G
32.73fi55° N While DriEling Not Dbserved �-13-21
Lor,git,:de At 8arir.g Gampletion Not Ot]SeNed � �
� a
97.55466° iN End of Day IVot 1Viea5ured � _ . a
- -- - m r
� oq LY � y c �I =
n � c a �� o ,�a .•-' a m -a o
� o � _ � ° v �" z � E � $ = w
Y � � ° 5tratum Descriptivn � � ~ e = _ � Q J Y � '_ = a
� y � � .�.. u�i N �� N 7 y GS � r.�3 �
a y W �s a a�a� m� 0 3 �' �o
Approximate Surface Elevatian = 832.0 feet � D rn a� a tn LL-PL•PI � ul d � L]
a:� CLA1+�Y GRAVEL {GC� - tan we�thercd lin�est�rte
^" t� framents with lighttan �lay 3 N�44 � 24 29-10-11 4
HERED LIiIAESTDNE - tan, witl� clay layers
501%" � I I �
5di Ys,�
5
0
�o�.z;; l --- - — - �
5ar �.
L1ME570NE - gray 50.r'l"
180
501'l " $
��'��
m
�
� �
�
�
c 501'/." 5
� �'812 0 501'/." , —
� z� BorinS Terrninat�d at Approx:mately 2Q Feet
� Proposed Ele�ation = 335.p Feet �
� Approximate Grading = 3 d Feet Fill
�
�
�
�
a
�y I
8
�
g
�
�
L
N
� 1 � � I1.7�:nnzl tn{ind:ane; �m �J��mxim:i[�7;.ii�_;;i�, �ni��i�iui�!'.?�:a}'.h.�=r:i�]u�l I l._ � —
U # ry
y ❑riller: Nick- T.❑ PIaLB �.L�
F ❑rilling Method: Continuous F3ightAuqess
�ac, � I� f Z I Pro�� 1
B-�4 1 Z1-25332 � Walsh Ranch Pl�ase PA3E
go��,� �o;����, — 5EC Walsh Ranch Parkway, Walsh Avenue �� ��
Block 53, Lot 14 Fort Vllarth, Texas
Lati�uce Water La►rel Observatla,s [feet] oate E N G I N E E R I N G
32.�3651 ° N While drilling iJat Q6served 7-13-21
Lo�Situde At Bpring Compietian Nvt Ohserved ',�
97•���� � Ehd af �ay Nat Measured '.�.. a �
� � � a
n � an � n+ y H c ,a� C
$ � ~ � � � � m� � �� � � m'w
� p a#, U � y E U �
� � °� 5tratum Descri tion � � � a � �. � � e -� � �
p y � ' p w� ° m� w°! 4 y = � o a
� y � C �G N� `j �' C O
y W A p praxirnate Surfa�e El e v a t i o n = 8 3 6. d f e e t � p v� i a� a i n LL- P L- P I � n, p � �
_ ;.• �
�
, . 83�
5
�
���
�
�
�
�
m
�
�
�
s
E
P
w
�
�
�v
�
❑
�
N
N
�
C
s
�
�
�
�
�
2U
CLAYEY SAN� (SC� - dark hrown, with ofganies
'�4THERE� LlMES7aNE - tan, with cfay layers
and ierrous stain s
2a. o
� LIMESTDNE - gray
�
8oring 7erminated at A�proximately 2�1 Fest
Proposed Eleuation = f�:i8.0 �eet
Approximate Gra�ing = 2.� Fee! Fill
4.5- 5
13-10-13
N=23
3d-5�12��
�ar,:�
5R1' f:"
�
63 � 2�-15-12 � 1 p
501'/i '
5�!'Ja '
5or."
�
8
6
o � �_' A1�icr�nl hni�nd:zfin� an � rnK�nn�n; �R sq�. �ransarcns ma bn c r�dual. I I_ I ��
v' Dnller� Ni�k-T.d,
�.[}rillir7g Method: Continuous Ffight Augers Plate A.27
— B15719
�og Prcjec[ No.
B-�S 21-25332 Walsh Ran�F� Phase PA3E
8oring����t+on 5EC Walsh Ran�h Parkway, Vlfalsh A►►enue �� ��
AII�A Fort Wvrth, Texas
Lali:ude Vyfale► Level 4bservations feet} �ate E N G I hl €€ R I N 6
32_7364Z° N While Orillin Not Dbserved �-N�-21 �
Lo�git��de � At Borinq Completion Not Qbserved
97.55i0D° �11 En� of Day Not Measured " a �
� � a
o �, � t
�a � L Y,� N y,y, � c
�
� � � a� U °7 'N" z � E U � m�w
� E w x 5tratum Descri �ion ��° � o��e � � � � _'�
a,, a� p �� „,� � Q �� C L�
� �' E � °'u, r �� N� �' uE
� W Approxirnate 5urface EleWation = 842.p feet W � a °' °1 � °' 'o � �' L °
T CLAY (CH] - dark hro+rm, �r�ith organics
EATHEREp LIMESTQME - tan. with clay � ayers
and ferrQus s:ains
5�
���
� Q �n d a a u� LL-PL-PI $ uy n � U
97
50l5" 28 5
50!'�" I 5
501'l�'
50f'/a"
5D1'�a"
E
LIMESTpNE - gray
�
50f1,"
I E
6aring Terrnina[ed a[ Appraximately 20
Propased Elevation = 839.0 Feet
Approximate Grading = 3,0 Feet Cut
50!'l."
5o r"/,"
5
� I I I Ir: ,ieria. Gn�nCaries are wnroxi:na�a: in si�u, uans��lons he rae.,�.. I ! � �_ � � �, �
n deiller' Nick-T.❑.
F brilling Method: Continuous FlightAugers Plate A.29
B15718 �--
Log Prpjer.t Ro,
B,27 21-25332 Walsh Ranch Ph�se PA3E s�
Boring Lor.ation .SEC Walsh Ranch Parkway, Walsh Aaenue ����
B�ack 51, Lat 32 Fart Worth, Texas
Lati�ude Water L�vel Observations (feetj �te E hf G I N E E R i ru �
32.73fx36° N While Drilling Not Dbser�ed �-'13-2i I
Long'tude At Sarir�q Campletion Not 06served_ e �
97.55779° W End of Day Not Measured _ � � �' Q
o rn �; r
N N C � i
� Q' � mv d aw � a� � ���
O � = J Y U E � � J � W rn
Q E � R Stratum ❑escription � ~ � � � � � C `�
� G �O Q 7 � G G Q
y A � m d � 07 � �H 7 y m � c�i �
d � ar � 4° � S m a�i �� � 3 2' C O
H W Approximate SurFa�e Ele�ation = 843.0 feet �❑ v� �� a rn LL-PL-PI s en rs � U
!� FAT C�AY {Chi) - dark brown, with arganics
_ ? 4.5+ 22 ,
����
and ferrous stains
TOME - gray
4.5+ qf 86-2�r6i 27
2�-50f5" 9
501`'s'
sar .
�
`� 1
m
u
c
t
ct
w
a
w
rn
m
�
0
i
a
�
E ,
� �
�:
�
E
P
-tan, witf� clay layers
i
$73,p
L3aring Terminated at �1p�rox maYeky 2Q Fee!
P�oposed Elevaliuii - 0�5 0 Fcet
Approximate Grading = 2.Q Feet Cut
� 4
�
�
a
�
�
�
e
m
n
0
C
a
�
0
L
�
O1
0
rn
G
Mal�e�l buundur�ax nrn ti o
o -
� Driller Ni�k-T.d.
� �rilling Methad'. Continuaus Fligh: Augers
II
���,��
5a!'���
5ar� ��
—SQ����
I 6
__l5
5,DU0
3
Plate A.30
B15717
Log Projeet �o.
6_2$ ��.z�3�2 Vllaish Ranch Phase PA3E
eo�'n� Loa[ion 5E'C Walsh Ranch Parkway, Walsh Aaenue ��� C
glack 51, Lot 37 Fart Worth, Texas G
Lati[ude Water Level 06seryations (feetj bate F N G i N E E R i N r,
3�_i3fi3b° N While �rilling Not 06served T-6-2'1
La�gitude At 6aring Completion Nvt pbserved ,�
g����$�6� � End of Clay Not Measured � a �
m � m � �
a � "' m ,� "' `m � c � _
� ° � � �, 8 a �� ° � E � m � o
� T n ;� 5tratum Description � �� � a � = o ¢ J � _ � _ �
a
G1 7 �- o +��+ = � C
� � E °1 �� H �m w� '� � � c°�E
'� � Approxirnate 5urfa�e Elevation = 845.0 feet � d eai� a� a in LL-PL-PI � rn p � �j
LEAAf CLAY {CL) - d�rk 6rown ta tan, �nnth organics 1 i —
and Ferro�s stains , 4.50 I
- brown to tan, �ldith �alcerious deposits
15
a.50 I I 37-� s-� 8
sor� ��; �
so�1f°
Iti
I■1
ZQ^I
�
.@
�
�
�
•N
C
8
�
�
0
�
�
7
❑
L
01
❑
01
C
O
� ❑rille
N
ti Qrl��lf
-� _' 1
�
� ��� u:
Boring T�rm�nat�d at A�prqximateEy 2Q Feet
Praposed Elevation = 845.0 Feet
Approxirnate Grading = p,0 Feet Fil
, iJ.�lrri.il Y•.pU•+�',ir.r: _ar.:����ur.invilr.._.n �i i, 1Y•lic.Rleic� ir�i � I:e� C 4Filu•11
-... ...__ ..�.]—_..— —
r: 7yler- T.�.
ig hAethad: Contin�ous Flogh� Augers
5D1Y4"
501"f "
sor id �
r'JQ� �a �
Plate A.31
— B15730
Log Prcject No.
B_30 2�_753g2 Walsh Ranch Phase PA3E
go.;n� �_o�t;on SEC Walsh Ranch Parkway, WaEsh A�enue R�� E
Black 52, �ot 3 Fort Worih, Texas
�ati�ude Water Level Observaticns {feetj Qa�� E r� r, � ti;� H� r� �
3�.73584� N WY�ile Qrilling Not Dbserved 7-13•2'�
�
Longituce At Boring Campletion Nat Ohsen/ed
w
97-��86'� � w End of ❑ay Not Mea5ured = a �n
0. �
� o ''
� N E � 5tratum Description
� R �
� W Appraximate Surface Elevatian = 833.0 fe�k
- CLAYEY GRAVEL (GC} - tan wea[herEc lirnestone
_�,�: � 832 � framents with light tan clay
WEATHEREE] LIMESipNE - tan
�
- gray
�
r
$
m ,�
�
0
�
m
�
.�
�
u
�
�
0
a
�
`w
a
�
�
n
v
`a•
�
3
m
�
�
_
a
�
L
w
13.0
Boring Term'inated at Approximately 2Q Feet
Propased Elevation = $43.0 Feet
Appraximate Grading = 1D,0 Feet Fill
p � I IFAalerialt:w�xiariesare adproxirT9le; in 5i1�, h�ns+iOns may 60 �1&d�al
27 �riller: Nick-T,p,
� Drilling Methad: Continuaus Flight Augers _
N
�, o a
d y �
J R
� o
�� a
� � N
5016"
501'I "
50!'/"
501'/."
5OI7/.��
5�r'/e��
5�1'/<��
50fY:"
5�!'/,"
o a d � a
N � � = 61 I C
71 +y. � � I 1 ,� O7 N
� y�+, E �
0� �� T J L � � � L
c =_ � ¢ � ' t � a
� A N � y = u �
a a d in , LL-pL-PI i � o � �
I1$ 3
��
�
5
5
Plate ►4.33
— B15731 _ _
Log Project No.
B-31 21-25332 Walsh F�anch Phase PA3E
ao���9�o�t�or - - - 5EC Walsh Ranch Parkway, Walsh Avenue ��� �
B�ock 57, Lot s Fort Worth, Texas
_a�it�de Water Level Observations (feetj �a�e E r� � i n� E� R i �v G
32.7359D° N While ❑rilling Nof abserved � i-1¢21
Longit�de At 6orin Com letion Not O�served ,�
g7•5577d� w End af �ay Not Measured .°�.. a �
� a
o �, Y s
a � e :: N m'�''' O 'd a
$ ° � L }° � a� Z �E v � m'v,
�, � a� 5tratum Descriptian J z � � g� �� a � ;� �=�
� a -
� � � m �w H c� .u��o� °A m = ��
y u.t �� a �d w� �0 3 2' ea
App�oximate 5urface Elevatian = 835.0 feet � p en a� 4 rn LL-PL-PI i u� O � GS
ClAYEY GRAV�L (GC} - tan wcatFrerad limesivne
$3a.{7 framents evith light tan clay 2Q-5�14" 91 54-19-35 3
WEATHER�D LIME3F�NE - tan �
I
5 i
a�r
LIMESTDNE - gray
501 /,.
50.i'/,��
50� /i'
5or�°
50;'/"
5010"
m
`a
�
�
C
�
G1
N
�
�
�
�
�
�
�
❑
m
N,
�
rW
�
�
Q7
�
��
C
8
�
�
0
c
a
3
❑
t
N
35.�
Boring 7erminated at Approximataly 20 Feet
Praposed Elevatian = 840.0 Feet
Approximate Grading = 5.0 Feet Fill
J��1�dii
�atid'
7
6
5
7
0
I I I Malerlal Gau 8re ximel� in siW transitions me hQ rarlu?+1, I I I ��
� briller Nick- T.d.
� brilling Methad: Continuous Flight Augers Plate A.3�
_ B1573�
L� Project Na.
B_3Z �.�_z���� Walsh Ranch Phase PA3E
30�;�9 �6�a,;on 5EC Walsh Ranch Parkway, Walsh A�enue ����
Block 52, Lot 10 Fort Warth, Texas
Ldtitude Water Level Dbs�rvations �fee#] �a� E r� c� i N E E R I iJ G
32.735i9° N While Qrilling Nok Ubsenred 7-'14-21
�ongitude At 6aring Cample!ia�� I�lot Observed � � �
97.5569d° W � E� fd O pay Nat I41easured � o = n a
- i o rn � L
a� me a �� O a.}�-' o m � O
� '' ° E z � � � r m
� d
_ ' � ° Stratum Descripti�n � � ~ °� � � � � ° $ �'
+„ E f, � � C C� Q w `T L L d
y T a a � W � G7 � N� :n N � V�
� � m w +o �' � n=i a�i ryo .� c 3 �' � o
'n Approximate Surface Ele�ation = 831.0 feet � G V! a� a �n LL- P L- PI � tn G � U
FAT CLAY {CH) - dark brov�n to tan, Witn organtcs
and ferrous stains 1 d.50 1 23 �
r,4�
•� .
•.. 1 •
r� � �.�_ .`'.
� a-
5.0�
1 CLAY�Y GRAVEL (GCi - weathered hr-nestane
� fragments �vith lighl [an �lay, �vith caacerious deposits
ED LIMES��ME - tan
I825. Q
gray
m
�
C
�
�
m
�
�
P
�
�
�.
m
N
:t
�
.@
y�
N
`m
�
c
c�5
m
�
0
C
�
a
0
t
W
CI
❑
�7
C
�
�
1�� ;��I
�
y �.
�a—i � s, � o! —
Boring Terrninated ai Ap�roxima�e�y 20 �eet
Pr���5ae1 Ele�eliui� = ES3G.0 �eet
Approximate Grading = 1.0 Foot Gut
AA�inri.�l F��ntidnnr-= �rn.��nxerr�m, -n r.�i��, Irinsiikms �i�:�yr.r. g��Cl.ldl
driller Nick- T.❑
❑rilling Methad' ContinuoUs Flight Augers
d.5+ I 2'8 I 58-18-AD I 8
26-21-50r4"
11
5Di'/.�•
50r0"
50.+'/i' �
50!'/,"
5oii��
50i'/,"
E]
6
6
Plate A.35
— B15733
Loy Projec� Rp, i
B-33 21-25332 Walsh Ranch Phase PA3E
e���rg �o�at�o� " 5EC Walsh Ran�h Parkway, Walsh Avenue ����
5treet C Fort Worth, T�xas
La�itude Water Le�rel ahsen�ations (fecaty Date � N c i N e E a i N �
32.73584° N While Drilling Nat �bservad 7-1¢2'�
Longit�de At 6or3ng COtl�plelion Not Observed �
g7•`�' '�� �' � End of day Not Measured ° a +
" w
m � � � r a
a � m �� `J y+; � � t
� �O ~ t a'a V °'=° � �� U � wy
m a n� Stratum Des�riptian �� o a� �a° Q � � � � � m
p cn E � c�a m� 'y � y � � � oa
� 10� ~ � � "6i � 3 �' �c
`� � Rpproximate 5urfa�e Elevation = 834.Qfeet � Q ran a� a in I LL-pL-PI � rn o � V
FAT CLAY [CHj - dark bro�vn to redd�si� tan 8nd light
_ gray, with orgarics I
2.75 26 I
�•�`�I 93 I 7&'f3-fi5 j 25
5 —f
2$ 0� �
LEAN CLAY (CL] - r�d�ish tan to light g�ay, wiSh
ferrous stains ard sand
4.5+
2.50
25
14
4.50 70 � 40-13-27 17
�Q-
- 1
ro
v
m
r
E
2
�
d
m
m
m
�
@
a
�
�:
c
C
gm
4
D
C
�
�
C
L
WEAI�HERED LiMESTUNE - tan
i5.
��
- gray
�soring l ermina�ed at Apprpxima�ely 20 Feet
P�oposed Ele�atiar = $34 iJ Feet
Approximate Grading = O,D �eet Fill
G �
� na:��„�,i
� Driller: Ni�k-T.b.
N
� C]rilling Method: Continuaus FligritAuqers
541Y+��
5�IY,��
9
8
Plate A.3fi
B 15734 -
ILpc� Project Nq.
6-34 21-25332 Walsh I�anch Phase PA3E
gor;�g ���;o� 5E� Waish Ranch Parkway, Walsh A►►enue � O��
5treet C Fort Warth, Texas
� Lati.�ce 1Nater Level Obser�ations tfeetj �ate E M1I G i N� e K i� �
32.73587° N Whils orillinq Not �bserved 7-'14-2'I
Langit�ce At 6oring CompEetlon Nat �bserved � �,
�7•��8�� w End of �ay � Not MeasUred *'' a �
c
m
� �w C � C
a � e ::;� �" � 'd �a
� O N � � � � � � � m � m � e m
� E Q° 5tratum Description �� o °_' c m q J 3 � � o a
� T y �y` G7 G1 � N} Vl y v�
0 � � w �� a oLt c�i �.� O 3 �' � d
� Approxima�e Surface Elevation = 828.0 feet � a � Uf a 8t a rn LL-PL-P% g tn a � V
FAT CLAY �CFtJ - darls brv�vn to reddish 6rown, with
❑r�anics 4.5+ 20 ,
4.5+ � 93 I�7-11-65 I 20
� J �
�;`
s' �
0
� 5— �-
�AYEY GRAV�I� [GCJ - wea�here:d limestone g
with reddish brown ciay
19.QI _
1 WEATH ERED LlMEST�NE - tan
�innEsroru� - gray
ns.a
�Boring Terrninated at A�proxirnately 2q Feet
Propased Ele�ation = 832.D Feet
Approximate Grading = 4,4 Feet Fil�
N driller Nick-T,d.
�, [7rilikng Method: Continuvus
�ilicsi=.�!n;iyrr gnclu��l.-
50?4"
5ar��
�a�„
501��
4_5+
15
4.5+ � 35 67-18�9 1$ �
��
32
Plate A.37
— B15735
�oy Pm:ec; �Vo.
B-3S � 21-25332 Wa�sh Ranch Phase PA3E
Boring Localion SEC Waish Ranch Parkway, Walsh Avenue R� � E
Street C Fvrt Vllnrth, TexaS
�a!i�ude Water Le�al Observativns �feet} �ate e s� U i s� e E R l N G
32.i35g5° N While �rilling i � p 7.�_Z�j
Lqngi!�de At Boring Campletion � � �
�?�5�6� � End af bay Nvt Measured :. a �
c Q
a � m � N � on � � C
� o � _ �o a �� o �E � 'm tia
w F°� ° Stratum �es�r+p#ion �� � o��o Y J � �= d
y T a y L� 0 � L 4 � � � _ �
� � � y 01 G� 'b �Vf c> � — � 0 0.
f/7 � � � d � � � � 0 � � C O
Approxir-iate 5urface Elevation = 822.0 feet � p N a a'� �a r�s LL-PL-PI � rn ❑ � c�
FAT CLAY (CHj - dark bro�,vn to reddish 6rawn and
light tan. with arganics 4�_ 19
i
- brown, with cal�areous nodules —
�
�f� r
�
r
6 �.
6
� 15
U �• `
�
�
�
�
0
�
� ,,
� ..�..
c
D .
s�s.o�
� LEAN CLAY (��] - redd;ch brown and light tan, wi
ferrous stains
49.4
WEATHER�O LIMES7DNE - tan
3.00 9p 55-21-34 20
4,p0 1d
� 1.50 79 35-15-20 1$
1.50 24
Q .
1?-5015"
L -
C
'm Ii•
E �` 8ti2.f�
m 20 —
� Boring Termina�ed at�,ppraxiinately 2Q Feet
r Propased Eie�ation = 831 ,4 Feet
� Appraxir-iate Grading = 9.� Feet Fill
0
m
�
�
v
N
L
�
W
}
�
�
�o
CS
m
�
g
�
0
y
�
��
C
U ��1:11N11�1 hA�in���inb 3�Q� Rb:
� Driller' Scott DAS
� arilling Method: Continuous Ffighi Augers
£1�J, Vu�isl�l
50.?1"
Plate A.38
B1573�
_og arojec[ Na.
B-3S 2'i-2533� VIla1�h R�nch Phase PA3E
Bo�;��o�at;�„ — 5EC Walsh Ranch Parkway,lNalsh A�►enue �� ��
Street C Fol"t Wprth, Tex21s
f LatiNde Water LeuEl dbser�ailons �feetj �ate E N G i� E E R I N G
32.73596° N While f}rilling Not bbserved ?-22-2'I
Longiiude At Boring CvmpEetinn fJot 06seNed �
97.5538�° W End of i3ay Not Measured = a �
o y �
o rn
� N � � _ � C
a � c :' �. o u+ �.�
� � �, a Y � �E c' � r�
� �', � U E � �
� � � ° Stratum �esCription � � � � °' -� �' � � � �'
.. � .. �� �' Q 3 c ca
a a � � o �� •N �, � — � q
w �;
�� m O3 �� ~a o�id �°' '0 3 Z' co
i � � Approximate Surface Elevatian = 819.o feet 3 � � rn a� n. in LL-PI.-P� � in a � �
S—
LEAN CLAY tCLj - dark 6rown to I{r�ht tan and ligh�
gray, with organics, calcareous nadules and gravel
- gray tv tan
- light tan to light gray, with +,veathered limestane
fragments
a.s+ ,5 1
4.5+ 72 36-l7-19 1d
� 2
A. 5+
- blo�ky
10—
`� :� 8o5.a
� � r.` WEATHI
e� i5 '�`�
� .
U
LIM@57QNE - tan
27-5U14��
5fl11"
Boring Terrninated at �'tp�roximateiy 2U Feet
Prpposed Elevation = 828.0 Feet
Approximate Grading = 9.� Feet Fill
4. 5+
15
13
�`— � � � P.I�lui�zl h�i�r:tlin:!�. �r� �t? m�nu��ri; ni s.�tu, irzns�lx�nt m:.� Ge r:trluai. I 1_ .1 _I.. I . I � l
N❑riller Scott- dAS Plate A..79
� arilling Methad� Continuous Flighi Aug�rs
B15737
�oc, P�oject Np,
B-3� 2�-�5332 Walsh Ranch Phase PA3E
Boring Lacali�xxr 5EC Walsh Ranch Parkway, Walsh �►venue R�� E
; 5treet C Fort wortr,, Texas
LatilUdB jrliat@► �.2ye� QbSON�floh5 (feet} 4ate i E N G I N E E R I N G
32.�3fi02° Ai While brilling Not Observed ?-2Z-Zi
Longitude At Boring Complefion Nnt Observed
�7.55309° W �nd ❑f �ay Not Measured ' �- w
a.� y
C �
o � �a�, t
a � v, �� N N C � r
� A ~ C � � L� � " Z � � V � �47 �N
a� q W Stratum description �� � o � �a a� � o � r.`-, `
o N �' � �y ° �� 'Ny " � oo,
o° 10 -0 H C iG N y �y .��, � C O
�' W Approxirnate 5urface Elevation = 819.0 feet � O ur a a a in LL-PL-PI � ,� a � iy
i LEAN CLAY �CL) - dark hrown, with organEcs,
J; calcareousnodUles,andgra�el 45+ 75 d&2�27 �9
i
` 4.5+ 1d
815.D E
5 �--- ' i� � VUEnrWERED LIM�STOAIE - ?an � f �l/z"
�
0
��
- 1
m
U
L
U
m
v
n
rn
�
t
_g�Y
�, `" ��riisg TerminaEed at Approxirnately 2D Feet
Proposed Elevatipn = $23 (J Feet
E Approximate Grading = 4.0 Fee: Fill
0
6
�
LG
Q
N
t
U
.�
T
�
�]
�
C
L�]
m
L
O
�
�
L
50!'/�'
501'/"
50,"/."
50!'/."
5or � �,
501'/,"
� I I I llv�l7�.]I I:u��iir]:vir.: ��0 �PPIorJrrl<illC; r� tilv. Irnn�ihnns n��fY La �_ul�i�1. ..— I _..I � I I J I I�
N Driller: Scott- pAS
� dri��i�g ��thod: continuous F[��ht �u�ers Plate A.4Q
B15738
Lag ProjeCt Na-
B-38 2'I •25332 Walsh Ran�h PMase PA3E
Boring Lo;.atio� 5EC W�#sh Ranch Parkway, Waish Avenue ����
5treet C Fort Warth, iexas
�atituce Water Level Observations (feet] aa�e E N G I N E E R I N G
32.73�39° N While Drilling hlat Ohserved 1-23-Z1
LOngitude Ak Baring Campdel�or. Not dbserved � w
9i.5r,J'220° Vli End af C]ay Not Measured = � w
o � t a
� y [V 67 y = �i C
a � � c a � r � i ��€ f� � m'cn
� Q� � 7r, U � Z m._
n � a A Stratum Description �� O � L �' QJ 7 �` C C a
T
� '-
� . m e�i E
� � y W ��a� a u�i d m.� c 3 �' e o
Approximate Surfaee EleWation =$17.� feet SQ ui d� a v9 LL-PL-PI � rn a � v
LEAN CLAY (CL� - dark brawn to l�ght tan, with
❑rgani�s, calcareous nodules: and gravel �.5+ 1�
� - light tan, wi[h ehalk deposits �
�
�0
1
WEATHEi�ED �IMESTDPiE - tan
4.5+ 75 3�16-18 11 -4.d 10A
1'' '
�4*
501.2��
�i'�'�z �
6�1'/i '
501'/:'
1
m
Y
0
�
�
�
_�
E
�
�
E
�
�
�
�,
�a
c
m
a
�
a
6f
67
�
'w
C
8
�
99 l7
LIMEST�NE - gray
50!'/�"
56J'I."
Boranq lcrminated at Apprax�m�tely 20 �eei
P���+used Ele�ation = l3'19.0 �eet
Approximate Grading = 2.0 Feet Fill
�
0
m
E
-o h9:}�r•rnl hrxmd
� ❑riller: 5catt- bA5
F Drillinr, Method: Cantinuous Fli
ers
Plate A.��I
B15739
Log Projec[ N0
8-39 21-25332 Walsh Ranch Phase PA3E
BOringLoc2tpn SEC Vllalsh Ranch Parkway, Walsh Ar►enue ��� C
5treet C Fort Wvrth, Texas G
Lalit�de Klate� LevBl Q�servations �feet) patP E �Y G I I� E E R 1 N G
32.136�9° N While Ciriil�ng �lot �bsenred 7-Z2-21
�vngitude At 8aring Completlnn Nvt Dbscrved
97.5514�° W End af bay Not Measured : n �
� w
m � m �' s a
a � r `m ,� "' `m � c °1 c
� � ~ C T � d CS "' � �` O � 61 U!
a � a � Stratum ❑escription J� ~ p= pio ¢ J 3 �? � L`
.� ,�
� � io � �w F =[a N� =� d = L�7E
y W Appraximatc 5urface Elevation = 816.0 feet �O +ais �� a v, LL-PL-PI � m o 7�j
L�0.1V CLAY {CL� - dark brown to i�ght tan and [ight
gray, with organi�s, calcareous nodulcs, and gravel 4�� 1fi
4.5-
5�
sos.o
�� I
'� �
f; i
� �.
..{
r
� �� � .
r� � '-'
�
� �� ��
m
O F•� �
m
a� � .
w
0
�
�
�
i ZQ
a:
E
2
a
��. �
:�
�
�
�
�
m
�
�
8
m
�
0
�
�
s
r.
�
P
lh
C
_� ..—
y ❑riller: Scott- UAS
� Drillii�g f,Aeth�od: Ca
- light tan and light gray, with �halk dcposits and
ferrous stains
CLAYEY Gf�AUEL tGC} - tan weathercd limestane
gravel w�ith light gray clay
WEATHEREE] LlMESTONE - tan, with i�iterniixed
gray limestonc `ragments
l Borinc Terminated ai Approxim�tely 20 Feet
Proposed Elevation = $iS,Q Feet
Approximate Grading = 1,p FaotCut
A"al�7nal bnunrfarlv� 7r� a r6xin
�tinuaus Flight Augers
f,e
51]!'/i'
FJ�����
14
4.$� I`� I d7-19-28 I 10
4, 5+
9
4.5+� p8 � 29-96-f3 � 11 �-0.4 � 113
�
d. 5-
15
Plate A.42
_ B157�0
Lng P�ojea hlo.
�_40 Z'1.25332 Wafsh Ranch Phase PA3E
eo�;�� �o�a�;�n -- 5EC Walsh Ranch Parkway, 1Nalsh Aae�ue ��� C
5treet C Fort Warth, Texas G
Lati�utle Water Le�el Q6servations (feet] oate E N G I N E E R i r� �
32.73625° N While drilling Not observed 7-�2-21
Langiwde p� Boring Completion IVot Dbserved � �,
�
9�•����� � End of day Nlot_Measured _ o G � a
- — o o, m r
ta N � y G � C
a � � � a �� o a"= o �� �,°
$ �� _ � y v � z � E � Tt m H
r � w 5tratum Description � � ~ �' � � J � � ` a
� L � � �m ¢ � � � o
� 7. a� Mm ° a�� w� �n d aE
�`� �" � p d w d �°' e 3 2' c o
e/7 W ❑nnrnximatP Si irfar.P Fle�ation =$14 0 feet � 4 [A d Q: � tq LL-PL-PI � N G � U
���
1 Q�
LEAN CLAY (CL] - dark reddish bra�vn ta light tan
and light gray, Lvith organics, �al�areous notlules,
and gravel
-reddish hrawn ta reddish tan, w;th calcerious
deposits and ferrous stains
- lighttanto light gray, with chaYk deposits
1
4.5+ 20
4.5� 17
I
4.5+ 75 4�i7-28 13 0.1 101
�
4.5+ 13
� 4.5� 79 31-1�16 16 I
4.5+� � � 8 � � �
I � 5-�
�
4.5+
i �o
Boring Terminated aE Appraximately 20 Feet
Pr���se� Elevaii�i i= 810.0 �eet
Approximate Grading = 4.0 Feet Gut
- � � � �{uaf�+� � n��s ara a rwumele: in Sku. t1a ilions m Gr raoua�, I I .� 1 L � I �
p '.
N� ❑riller Scatt- ❑AS Pla#e A.�J
� ❑rilling Method' Contnuaus FlightAuqers
B157�1
Lo5 Proje�I No.
B-�1 �1-25332 Walsh Ranch Phase PA3E
Boring _nr.a[ion 5EC Walsh Ranch Parkway, Walsh A�enue ����
B�ock 55, �ot 7 Fort Worth, Texas
�alit�ae Water Level 06servations (feet� eate E N G I N E E R f fV �
32.73619° N While �rilGng Nvl Obsenred �-22-21
Longitude At 6orii�g Cor*apletian Not pbseNed
u
97•��8g� � £nd oFOay NoI Measuretl r�. a y
m o � .d, +-' a
a � � �� �" y M � �+ c
� o� � � 0 d � Y o ,o •— o m a o
r �n o �•— V z w E ca � w �n
� a��= 5tratum �es�ription �� o o� � o Q � � � = L�,
❑� E m w� m� 'tq°7 y — 7 ❑n
� t°� ~ _ � w °7 � 3 �' c o
y w App�oxirna:e 5urfa�e Elevation = 810.0 feet � p eai� a� � m LL-PL-PI � en p � r�
�� FAT CLAY (CF[y - dark brown to reddish tan and ligh!
tan, with organics and cal�areous nodules 4 5+ 1�
4.50 9d 65-19�fi 20
5 4, 5� 15
SO-t. ❑
CLAYEY GRAVEL, �GC) - �veathered lir,-�astune grav8l
�� with reddish -an to light tan clay, �vith �halk deposits
and ferrous stains d.5+ 17 59-17-34 10
1 ��
��
�•i _
- tan
sar���
sa����
�so.o
E'S�Y
Borii�g Termm2t�t'! at �lpproxirr�ataly 20 Fee!
Proposed Elevation = $1Q.q Feet
Rpproximate Grading = 0.0 Feet Fill
�� R'�I�'ri, I IJGiriiJarlc �:lri•i a [oRU1Wlo; in 3ilu, 11'7:151S1�n � mnj rrt
N ❑riller: Scott- DAS
� �riliiizg f,Aethod: Continuous F[ightAug�rs
501'/:"
5d1�"
5o13lr4"
Plate A.44 ,
B157�� .
Lag Project Na.
B-4� 21-25332 1N�Ish Ranch Phase PA3E -
�ar;rg�o��;o� 5EC Vllalsh Ranch Parkway, Walsh A�►enue ��� �
a�ack s2, �at 54 Fort Warth, Texas
Lati[ude Water Le�el Ohser�ations R#e�tj `Ja1e E N G 1 N E f R I ru G
32.73fi23° N vllhil� dri�ling iVat o6served 1-22-2'1
Longitude At Baring Camplelian Nat Observed w
97_54916� W - • �
End af bay Not Measured _ = a `va�
— o ,a; �
N � If� C � _
a � � .-
� � �o � �Y o �� � � a
� € °' ° Straturn Description � � ~ a = =a= Q J � a`• '_ � a
y A n� ya� ° m� �n� � a� � c°E
n� N W �a a �n�, rod a 3 �' ea
Appraximate 5urface Ele�ation = 8�0.� feet �r G � a� � a rn LL-PL-PI � rrj O � c.�
FAT CLAY (CH) • dark hrnwn to reddish tan a�d �Ight
tan, tivith organics and caleareous nodules $5 53-23-30 21
V� G�.AYEV GRAVEL (GC} - light tan, large angukar 5[7ly,"
�l�' � limestane, with G17alk deposits and ferrous s[ains 50!'/"
,:
I,�' s
� j, . 50132"
I � `: � �a.s n 501$"
MARL - dark gray, layered and IaminaE�d
��
r
� �� — 785.q_
W
U
�C -
t
L]
Q1
d I�—
� �.
ERED LIMEST�NE - tan
50�1"
aaring Terrninated at Approximaieiy 20 Feet
Propased Elevatipr = 810.0 Feet
Approximate Grading = 10.0 Feet Fill
� —L _�. ..I Al��lan��i nui.in,"-.�ri.�::.zr�-• ilia�m�tim.iE��: r: =:i� i. �rnn�nio�: mn 6e rarlu:il. �. �. _� � �.
N ❑riller: Sco[t- dAS
� prilling Method� Continuous �IightAugers _
14
95
31
Plate A.45
B1575�
Log I P�c;ect tia.
8-43 21-2533� 1Nalsh Ranch Phas� PA3E
3ori�g Location SEC Vlfalsh Ranch Parkway, Walsh A►►�nue ����
, 61ack 5�, �at 5�1 Fort Worth, Texas
� Latilude Water LeYel pbservations �feetj daie E N G I N� e R I N G
_ 32.73Sfi1° N Wh+Ve drilling EJot Obsenred �-2Z-21
Long�turie At 6oring Cnn3pletion Not �bserved � w
� , End of [la
97.�4987 W Y Nvt Measured :: a y
m � m .�. � a
a � y `~ y:; C � C
� o� � � o a �Y o � E � a� � o
n � °� Y Sfratum Descriptivn � � � o � �, � J � � = d
m �n E � v m ° ��� L y a � a` � � a
� � � ~ c � w � � d = c�i �
�' W App�oximate Surface Elevation = 804.0 feet 3 O ean a� a in LL-pL-PI � H a � �
LEAN CLAY [C�] - dark hrown to I'qht tan, with i
orqanics, gravel, and calcareous nodules d 5+ 10
I
� 4.�+� s2 aa-i�aa �o
�
:J
�
�
�
�
a
N
O
m
�
G
�
v
�
�
E
a
�
m
��
c
a
v
n
�
.�
}
a
m
c�
�
�
�
m
�
a
c
�
�
4
$i
5 .
WEATNERED LIMESTOAIE - �jghi tan.
layersand �halkdeposits
10
791.Q�
— MAi2L - dark gray, i
15 �-
— — 78$,4
� LIMESTONE - gray
Q'i����
t3anng Terminated al A�proxirrtately 20 Fee!
Proposed Elevation = $05,0 �eet
Approximate Grading = 1.0 Foat Fill
501'f "
5Q'Y:'
501%;'
501'/:'
5011 '
�f r4^
4.5+ 97 51_�7_34 16
p i I hA;Q61'i71 h7dntlam7a 1'C rcxsmnlr.: In :��i W. Ir:m,iiians may Uc yr.xli.i:d � � �_ I I � I �
'N ❑riller: Soott- aA5
� �rillii�g Method: Cont nuous Flight Au�rers Plate A.4s
— B1575�
�ng ProjeCt Na.
B_� Z� �����2 Wafsh Ranch Phase PA3E f.�
Sari�C LpCaSion 5EC Wa�sh Ranch Parkway, Wa�sh A►►en�e �� ��
Block 52, Lot 48 F01't WD1"th, Texas
Lati�ude Water Level Obsel'Vat1011S [fBBtJ �atg E N G I N E E k I v G
32.735fi9� N_� While orilling Not Obsenred 7-23-2�
Longitude At Boring CompYetion Not Dbserved o �
97.55467° W End af Day Not Measured � _ in
d � d L �
� � � N � � C ,QI C
Q �' C � �'� Q �•— O d� � O
� o� c a•4 c� E� z o� � � � e v�'i
n T� R Stratum Qescriptivn J� o °_.� � Q 3�� o�
v �� �y � d ��
o N� a �a a mw A°' c 3 �' eo
� W Approximate 5urface Ele�ation = 809.0 feet �r O us a� a� LL-PL-PI $ u1 ❑ � C]
807. p
5
CLAYEY SAN� (SCy - da rk brawn ta light tan, With
❑rgani�s, ferrous stains, gravel, and calcareous
nadules
- tan, wi[h large �rreathered limestane fra5ments
WEATHEREd LIMESTONE - light tan, with clay
layers and chalk deposits
50l32"
5Ol5tlI2"
50135"
50150I1"
50�'/,"
501Y,��
�
5D!'l�'
501'l."
� �
�
.G
L
�
❑
d
O7
�:
�
e
m
�
c
.�
�z
�
E
�
�
.�
�
�
m
c
.y
C
8
�
Q
C
�
�
❑
L
C
01
�
� Driller:5
� ❑rilling h
91.01
� LIMESTDNE - gl'ay
i��� a _
8o�ing 7errninated at Apprnximately 2q Feet
Proposed EleVation - 811 .� Fect
Appraximate Grading = 2,� Feet Fill
COtf
leth
Male•�a hnurAaries ar_= a raximate; in siW, va�si_.�ors maV 6e cTaduel.
'QA5
�d: Gantinuvus Flight Augers
50f'/z'
5o�f�'
4.5+ 21 42-20-22 9 1
Plate A.47
_ ��5��a
'_or, Pro�ed Nn. 1
B-45 2'I-25332 1Nalsh Ranch Phase PA3E
BQring!ocatinn ' SEG Walsh Ranch Parkway, Walsh Avenue ��� �
a�ock 5z, �ot 44 Fort Worth, Texas I
Latitude Water Level 06servations (feetj �te E N G I��� R i N G
32.73564° N vVhile Orillinq Not Qhserved 7-23-21
Longit�de At Boring Uompletion Nat Observed
��•����� w End oF�ay Nat Mcasured ' a �
C � �
n � v a m t
`� ` L
� Q� C � p a �� � �� O Cf � O
L �'- V Z � V 47 U!
� a a, � 5tratum Des�ription `� � o= me Q � � -e � � d
9 L
� VI � y Y y � �� •N � y — � � n
� w r c�o N� m �E
� �� a m d m.v o 3 2' c o
Approxirna-e 5urface Elevatian = 804.� £eet � O rr� a cc a �n LL-PL-PI � u� e � �
-r.."_
„ .•
5 _ ,_
��
i :.; .
SANdY LEAA1 CLAY (CLj - dark hravvn, wi[h
cal�areous nodules, gravel, ferrous stains, and
arganics
CLqVEY GRAVEL [GC� - weakhered iimestonc
gra�el, with brown to tan clay
�
FAT CLAY (CH} - light gray to [an
4.5+ � 69 � d2-20-22 I 16
4.5+
10—
792.D
�-
� -
❑
° 15 -
�
� —
�
�
�
c
� 2
d
E
0
�
@
a
�
�
.y
C
g
�
�
c
a
�
r
m
m
� �
�
0
� ❑riller; 5�ott-
� �riPing Mcth[
85 01
- aarK gray, iayered and �aminated
5011'/�'
501Y:"
3.75
LlMESTpN� - gray
BotEng 7errninated at Rpproxim�tely 20 Feet
Proposed Ele�ation = 816,0 FCCt
Approximate Grading - 1� p Feet Fill
R!�:.�r��+r���nrfariec nre aaprnkimaio, �n ,iw, vans��tr.ri; m� hrs rai9u��i
❑IQr�` .
�d: Continuous Fligh[ A�gers
���
18
15
Plate A.48
— B157�9
Lqg Projer.t No.
B-46 21-25332 Vlfaish �tanch Phase PA3E
go�;n9 �o�at;on 5EC Walsh Ranch Parkway, Walsh A�enue ��� C
eiac�c5�, �ot41 Fort Wvrth, Texas �
�ati�ude Water �ev�el Ohservations tfeet} �ete E N G I N E E R I N G
32.73557° N While Qrilling Nvt Observed 7-23-21
Longitude At 8ori�g Corr�pletian Plot Observed a. �
9T.552�2° W End a# Day Not Measured o = a a
— - — o �, � �
y y N y �n c � C
a � c mw �� o m � d
� fl F^ C ��+ � � Y Z d� � � C O�17
� a � Q Stratum Descri ptivn J� � p� �� Q J � � '= c i
� T a ; � y O �� •N y � — � p a
0 N y � t0 � a oi a r�v N O � �' C O
Appraximate Surface Elevatior. = 801.d feet � d tn �� a+n LL-PL-PI � v1 G1 � U
5
�'�
"'
�;
��
��
5. 01
L�AN CL4Y (C�) - dark brown, with calcareous
r.odules, graWel, and organics
CLAY�Y GFtAVEL (G�� - weathered 1inv�stone
gravel, with brown to tan clay
�._ ����� o
- daa•k gray, i�ycrcd and laminaied
sai2��
soi� ��
q.5+ f 15 �
4.5+ I 36 I 42-20-22 I 7
4.5+
; 1
m
.�
C
L;
m
0
c
m
O
�
�
c
� .
m�
m
�
E
❑
a
.�
�
�
N
�y
Ca
[]
m
L
O
G
�
�
L
N
sa.o
LiMESTQNE - gray
a� a
Borirg TerminaEc.d a� Apprnximately 20 Fee
Frapoa�d Cle�ation = °1 �.D Fcet
Apprpximate Gradirg = 5,Q Feet Fill
14
" �riller 5cott- bAS
� Qrilling Method � Confnuous Flight Augers Plate A.��
— B157�8
�05 °rajec! no.
B-4� 2�-25332 1Nalsh Ranch Phase PA3E
eti���9 �o���o� -- — SE�C Walsh Ranch Parkway, Walsh Ayenue ��� C
g�ock �2, Lnt 37 Fort Worth, Texas G
�atitude Watar LeVel �bservations �feet) date E N G i k� E R i nr �
32.7355�° N While brilling Not obscrvcd 7-23-21
�onc��tude At Boring Campletion Not �bserved ,�
97.553D2° VII End of [}ay Not t�4easured � a �
ca = .:
o a d t
a � � �� 'v y� � � �
� n � a � � u °' � 2 � .E '� � � 'y
� a � � 5#ratum ❑escription � � ~ o =' �o �� � e � � �
p y EI � yd ° a�� 'N� � � pa
y W Approxirnate 5urfa�e Eleva�ian = 811.0 feet � O r�n a� � us LL-PL-PI � r� o � c°�
FAT CLAY {CHj - dark brown to light tan, wi�h
arganics, calcareaus nodules: and gra�e!
- bravdn
5
4.$+ $$ 50-21-29 17
4. 5� 1 1
4.5- 96 45-18-27 16 i
A. 5� 17
- tan to light tan, wit� ferrous stains
0
'EATHEREp LI
layers
ghttan, with clay
6
a
��
@
U
e
r
�
�g� n
LIME5T�NE - gray
��.a
Bormg Tcrrninated at Approxirnately 20 Feet
Praposod Ele�ation = 817.0 Fcct
Approximate Grading = 6.0 Feet Fill
501'/i'
5�1'/:'
�or���
sorrz �
5fl� f��
so��f:�
q i�a��mt h�-unqarin� arr� a n�4xlfn5lc: In silu, lnnsillr,r�� ma hu raduni. � � � I I_ I I
� Driller; Scott- DAS —
� drilling Method: Gontinuous FlighE I�ugers Plate A.5D
�����7 .:
Log Prqect Nv.
B�48 j 21-25332 W�fsh Ranch 'Phase PA3E
9vringLoca�ion 5EC Walsh Ranch Rarkway, Walsh A►►enue ��� r
Street G Fort Warth, Texas �
f t ❑ate ENGINEERING
Lavtutle Water Level Obseruat�ons � ee }
32.Z3535° N While �rilling Nat �hserved
L❑ngitude At eoring Compf�tlan Nat Obsen►ed
g7•`�7�� w End of Qay IVot Nteasured
n �
� O � �
r � d ° Stratum Description
a T a m
� u' E d
L9 w
� Approximate Surface Elevation = 811.� feet
FAT CLAY �CHJ - dark brown to gray and reddish
6rown, with organi�s and gravel
- with calcareous nodules
5
- brawn
�
tan to light tan, with fefrous stains and vueathered
limestone fragments
- gray to reddish brown
�' 15
n
c i95 �]
u VY�A71
�
4
G
O�
m
6
�
a
C
� 791.�
Lll�lESTO�VE - tan, with Clay layers
N
— c
� o
6� @
J �
:: �
�O
i-23-21
a �
Q w
.. y�
o a� � �
+.
:? N � �' O 01 � O
V �� z �q�� �i � m n
H 6 ai p� o 'i+ J � o �— � 9N1
� c I C�` Q � _ c L Q
Q ma�°i �v D 3 �' co
y a� � a N LL-PL-PI Se V� a �[�
d.5+
31
4.5+ I 93 � fi3-2�-41 I 17
4.5+
17
4.5� I 94 I 6a20-46 I 19
4.5+
4.5+
� 20� S�nng TermiRated at f�pprnximately?0 Feet
.��, Prvpused Cle�ation � i32�_D Feet
� Approximate Grading = 9.� Feet Fill
�
w
�
m
a.
m
�
v
m
a
�
a
a
.�
g
�
0
�
�
�
L
�
❑+
Q
17.
�
o io-latnn.zl h-�und�ries .�rr_a _�rc3ximnE��. I1 ;9I�I. Irans�ts�ri : may_CL
N Deiller 5ca�- DAS
� ❑r�l[ing ivtethod: Continuous Flighi Augers
Ptate A.5'I
— B157�� -- -
�og Pra�ect No.
B-49 � 21-25332 1Nalsh Ran�h �hase PA3E �
aarirg Loca[ion SE,C Walsh Ranch Parkway, Walsh A►►enue ����
Block 5�, Lot �i �QI't Warth, Texas
Latit�de W�r Le�@I Observalions {feet} Date E M G I N� E R I N G
32_73530° N While ❑ril�ing Not ahscrved �-�$•Z�
Lorgiwde At Bori�g CQmpiBtion Not d6serveCl
97•���� �'End offlay Not Measured ° a
i — o � '�
m e a, :� t a
n '�'� L y� N p� C � �
� � � C 7 q L�? � w Z �•� V � y y
� a a � Stratum ❑escri ption � ° ~ o � � ;� 4 � � e � ` n'�i
2 °
rn E a . c, a
� ris W '� � a � a`°, R d c 3 �' � o
Approxir�ate 5urtace Elevation = 82�.a feet � Q y d� Q�y LL-PL•PR � rn � � r,y
i CLRYEY GRAVEL �GC] - weathercd limc�tane gravel
, with tah clay, ferrous stains, and aalcarcous nodules d.�+ 7
� "�
{. :
d,5+ 2$ 35-18-17 9 �.2 100
,�
� ' - large rocks —
5 ,• d 5+
,� 14D
j UVEATHERE� LI
70
��
�
na �7i
LIPAESTOIV� - gray
- tan, u�ith Cl2y layers
i
�T
Boring Tcrminated at ApproxEmately 20 Feel
Proposed Elevation = 829.Q Fc�t
Rppraxir�atc Grading = 9,0 Feet Fill
5QJ'li' - - --
501'/." �
501'/."
5D1 /"
501'l.��
SQ!'f "
iD
18
26
� 31
'� . M:��rva�i r�yinr!.irir : a=iv �nnrryulmnln� If1 edu lranr.�lic�r.; ma� ho qndiim. I I I I ��
p flr�ller; Scott �AS
�❑rilling Method: Continuflus Flight A�[�ers Plate A.52
— B157�5 _
�cr� Prqect No.
B-5� 21-25332 V�lalsh Ranch Phase PA3E
g�,;nq ����;�� -- �EC Walsh Ranch Parkway, Walsh Ar�enue ��� C
a�ock 5�, �.at � Fort Worth, Texas i G
La�itude Watar Level Ohservations {feet} �te E M � I N E E R I N G
32,73525° N While Drilling fvot 06ser�ed 7-2fi-21
�❑nqitude At Boring Campletion Not Obser�ed � �
87.55�30` w End af Day Not Measured � a n
— o � � � a
� y N � N C � C
$ d 0 a 5l� � a� L3 ?j m w
� Q � _ �.� (y � Z �.� �
m E a�° Stratum Descri ption �� a � c t a° ¢ J � � 'c � a
d a, � v d m� 'o�a � m � �°E
0 N R w �a a mw mm o ; 2' co
� Approximate Surfacs EleUation = 827.0 feet �r O m d� � v7 L.L-PL-PI � tn ❑ � U
- CLAYEYGRAVEL �GCj -+veathered limestone gravel
'" with tan �lay, ferrous stains, and calcareous nodules 4�+ 1$
�.'•
�, � -
;.,
- �-;.. ..
4.5+ 21
_ �
- large rovk5 and gra�el
5 ; 4.5+ 33 61-21-d0 15 -0.2 113
:�-1 82i.D .
1�
>�i
}
8i3 0
a 1� � -
�
�
N
�
C
.m
E
�'
m
�
E
Q
�
�
�
b
m
i
�
C
v
�
g
�
�
L
w
WEATHEREO IJME3TflNE - tan, with cEay layers
[71 [5
LlMESTQNE - gray
8oring TerminaEe� at Approximately 2fl Fee!
P� uN�se� EleWation - (]29.� �eet
Approximate Grading = 2.D Feet Fill
5 01'I "
501'/."
�ra/�r1�. �
:]Uf /4 �
��1 ���
5��y� ��
12
36
[' �� I
p _ FAnirn.�IMxm�anr=z�m;�. mxlrrmle�.lnsilu 1r�nsilinnr�rr�„yrhe�ci:�sduai . —
� Driller' Scott- dA5 Plate A.53
F L�rilling Methotl: Cantinuous �light Augers
B157�4
�09 Project yp.
�-51 2�-25332 Walsh Ranch Phase PA3E
?ori�g Loca[ion ' SEC Walsh Ranch Parkway, Vllalsh Ar►enue ��� C
B�o�k �z, Lot 1l Fort Worth, Texas �
La[i[ude Wa{er Level Observations {feet� �eie E N G I N E E R i N �
32.7352�° N While briEling Not 4bserved 7-26-21
Longitude At Boring Completitin Nat Dbserved
97.5569 �� W End of Day Not Measured �. a w
� c c b
� O Ql � L
n �' � �� N y� C a1
� ° � � y ° V � y° ° a •E c°s 'd � o
= � °� ° 5tratum ❑�s�riptivn � ° � a � �. Y � i d � = y
m �' a y �� p G G= Q Y 3- L G i
O � E � �� F, m-� �un y r� y � G a
� "� � Approxirnate SurFace Elevation - 829.0 feet � p v�i �� a in LL-PL-PI � r� p � �
5
1�
� 1
m
�
�
6
�
d
�
c
.�
m
d
E
P
�
�
�
�
a
v`
�
.y
C
g
�
�
O
C
�
O
L
�
.�
G
u
� Drille
� Driilii
:otZ
eth�
z� a
1 9 i}I
dAS
�d: Ca
GRAV�LLY LEAN CLAY {CL] - d�rh brown, With
organics, weathered lirnestone fragments, and
�alcareous nodules
W�ATHfREd LINfESTflNE tan, wilh Clay layers
501Y,"
501Y:'
5011 "
5Di�/,�,
50l1 "
5ar���
L[mts E ah1� - gray
Bori�g Terminated at A��prtsximate[y 20 Feet
Proposed Ele�ation = &31,0 Feet
Approximate Grading - 2.0 Feet Fill
N,,inr.�: �n��i+�fa•�es xrr �, unKlnuto; in sil�1, lrannilian: mnv Nr. r.�
�tinuous FlightA�gers
4.5+ 89 64-26-38 I 20
_ . I 31
25
14
16
I
Plate A.54
— B157�3
Lo5 — Project No.
�_5� Z,� _2r��� Walsh Ranch Phase PA3E
�pring Loca[ian 5EC Walsh Ranch Parkway, Walsh A��nue R�� E
Block 52, Lot '13 Fort Warth, Texas
LatltlJd2 Wate►Level Dbservafions (feet] ��e E N G I r� E E R 1 N G
32.73519° N While Lrd[ing Not Qbserved 7-2fi-21
Lon�i�utle pt �nring GorrEpletion fJot ObseN9d � '�,
97.55fi75° W End of Day Not Measured � o = � �
e Cr L
.�.. - � y � N � y � A1 C
a � C 0. � w 0 a'= C v �,C
� R H L �'a.�-+ U E� Z 97 � V � L I�ll
� E � ° Stratum ❑escription � z ~ � � �a aJ � � �� L �
a a � � `o +� •- c, — � 0 0.
Op T � � 9� 07 � �N y .y Gf L! �
� y � W � a d ¢=i a@s m� D 3 �' L O
Approximate Surface Elevatlon � 829.� feet �❑ tn a� a u] I LL-PL-PI � N ❑ a U
'" CLAYEY GRAVEL jGC� - weathered limestone gravel �
with tan clay, ferrpus stains, and calcarea�s nadules 4 c�.� i6
- lighttan. ❑halky, with large gra�al
�,; •
�' �
_j _ .
_l: _.
5�
?.5.0
WEA71-fERE� LIMESTONE - tan with c�ay layers
4.5+ 24 38-16-22 i -0.2 1 b4
soiv�� 1 ,a
5�1'l<"
1
r
v
y �
ti
U
_�
L
ci
�
a
as
cn
�
0
�
�
� ..
� �
u
r
E
a
�
m
�
`w
a
�
a
W
n
�
�
'R
�
3
�
�
s
C
�
�
i
N
11.4
LIMEST�N� - gray
Boring Terminated at Appraximatcay �d Feet
Proposed Ele�ation = 83�.0 Faat
Approximate Grading = 1.0 Foot Fill
5�1'/� '
501'/."
5011"
501'/�"
�or � ��
5�1%a"
20
20
2g
C� �
O •' � lN •r•'I I t:nlJ n f�:1r:N i 7[� _ In�lrn x'nti I! e:. In I ill l I. lflnSl L n1 i•, rf•:1Y �1 �'- ��.9r�li 7�:.
� Dtillew 5cott QAS Plate A.5�'J
� [Jrilling Method: Conqnuous Fligh: Augers
— B15753 - —
��', 'roject No.
8-53 21-2533� Walsh Ranch �hase PA3E �
BoringLa�a��o� ----- SEGWaIsh Ran�h Parkway, Walsh Ar�enue ����
BIpCI( �'J2, Lot 24 Fart Wvrth, Texas �
Latitude Water Level Ohservations (feet) Cate E N G I N E E R I N G
32.7�7$° N While drilllirtg lVot �bserved 7-2�-�'�
_o�git�de At Baring Compietian Nok Obserued
g�-�`�30° � End of Day Not Mcasured , ° � �
� w
� � � Y M a
a � � � � N � � � a� C
� � � _ � , o � m .�.° z � E �5 � � a��o
� E 67 � Stratum �escription � `° ~ o � �o "-� �' o � � �
m N� � �y p �_ .� � 4 r t ca
� R W �� � G N pq � �� �, � C O
y Approxirnate Surface Elevation = 819.Ofeet �p � d� a �n LL-PL-PI � H p � �
CLAYEY CRAVEL (GGj - weathcrcd limestane gravel
_ ��vith� tan clay, ferrous stains. and calnareous nodules
I., 4
���
5 �.
�;-: ..
- Varge rock layer
4.5+ 12
4.5+
4.5+ � 46 � 42-2d•22 �$ I d. i I 118
812.0
� WEATFi�RED LliulEST�NE - tan
_�..
1 i�+_,4. �
f�
' 807 U
LIMESTONE - gray
� —�
d
=1 —
�
._
_ 5II�'/.�,
501'I."
m
�
0
�
�
.�
�
L
�
P
8aring Term�nal�d at Appraximately 2Q Fe�t
Propased Elcvation = 899,� Feet
Approximate Grading = 0.0 Feet Fill
a
.�
s
v
�
G
8
�
�
�
�
�
N
�
al
G
�o . Nnlc�r�zlhr.undanPc.�rna I'6
9 Dri��er: 5cott- �AS
ti �riilinq Ivlethod' ContinuausFlight�0.ugers
Irrn�etio7�� TI]V EF.
541Y4'
50!'/:'
ffl
}7
23
1S
Plat� A.56
— B15754
�,qg — Proje�t Itic.
B-54 2'I -25332 ►Nalsh Ranch Pha�e PA3E
Bo�i�g Lc,:alion SEC Vlialsh Ranch Rarkway, Walsh A►ienu�e ����
Block 52, Lot 25 �art �Ort�, Texas
_atitude yy8ter Leye� pbgeryatipng (fes1.] bate s n� G I N E E R 1 N G
32.�34$3° N While ❑rilling Not Observed i•2$-21
Longitude At 8arinr, Completion Not O65elved � �,
9T.554�9° 1N End of day Not Meas�red � a v�
— o � � � a
� w N y w c � c
� o� � �i a m: ° 'E Ca � am
E m .. c w
m ,_
� E� ° Stratum Descriptian �� � e� �� Q J �� �� L Q
� m E � °-'y H �� y� � d q, °aE
0 � W �� a wm md �0 3 ca
Approximate 5urface Ele�ation = 814.a feet � O rA a� a rn LL-PL-PI � rA O � L7
j L�AN CLAY (CL� - dark brawn to tan, witth organics,
� calcareous nodules, ferrous stains, and graval q 5+ 16
5
807. p
� �
�
�
ia - -
842.Q
-�
;i
TI
�- �
� �
L � ;Z —
� �
� 20 -�
: i
i
4.5+ 85 49-22-27 14
4.5+ 13
LIMESTdNE - tan
50i'/"
LIAAEST�NE - gray
�or��°
�o,v���
s.
MARL- dark �ray, laminated
4. �?
Boring Terminated at Appraximataly 24 Feet
Proposed Clevation = B�O.a Fe�t
Approximate Grading = 6.D Feet Fill
14
4.5+ I 93 I 58-26�2 I 50
�_ I I I IMalelVal 6nundares a� ano^��ximat4; u• situ, t•ar.'�Illr.rls �o�,;�y.5e.r���icl�.n11 I I j, � �
; °r���e�: ��ott- o�s Plate A.57
__ ❑rillin� Method: Cvntinuous Flight Augers
Lng Prpject Ro.
R11V-'i 21-25332 Walsh Ranch Phase PA3E
eo���5 �o�at�� 5EC Walsh Ranch Parkway, Walsh A�►enue ����
Fvrt Worth, T�xas
�
Latilude Water Levei Qbsevvations (€eetj Date E N G I N E E R I N �
32.7356i° N While �rillirsg Not dbserved i-14-21
Lan�it�de At Borinq Cvmpletivn N�rt Observed
97.55T11' W � �
�nd of bay Not Measured .. a �
� = a
o �1 � r
� y L N ` y C Gi i
n �' � O 4 �,,,, O m a, • G
� h a•— Q m � o
�° o �•- c.a p1 � z d.5 c� �� „ y
w F a � Stratum Description � � � Q � �� =�� � � � �
a
� �� � :: w � c m w� 4 y — � � E
y � � O a�i a� a'rn LL-PL-PI � r� o � r_i
� I LEAH CLAY (CLj - dark brown ta ligl,t tan, wilh
� calcareous rladLtl2s, ferrous stains, and organios
5 —i�l . � . �
���
i
`o
�
� -
C
�
�S 2�—
�
L
�
C
� —
�
�
I9
o_ —
�'
n
��
a 2 r3—
m
`m
a
C
O
C]
�
❑
C —
L
�
t
�
LInn�STOHE - tan
L1ME5TpNE - gray
c' "� Baring Terminated at Ap raximalel1/ 3� F
a t�3atarial F.nunq:�r��,� are �r.u��x��,l�i�n •�,ilu Ir;in �Ilirols in^.
�' ❑riller: Ni�k-T.D,
m
� qrilhng Method: Contlnuous�lightRugers_
11
�
4.5- 48 d9-17-32 13
5614" 38 7 �
50!0"
�o�o��
50?Y,"
5�r 0"
5�1�/1 �
��+Q��
5a! �.•
50?4"
�d7��n
��l���n
4
�
�
�
s
Plate A.57
501L DR RDCK TYPES
}' �f �� F� Undocumented Fill � Well-Graded 5and (SWj R� � E
�ri�r.
=r,:.i�:��i��,�
Lean Clay {CLj C�Clayey 5and [S�� DRILLING RND SAMPLIMG METH�dS
�
_ Gravelly Lean Clay (CL� � Well-Graded Grauel �GW�
�
�
� �,��•` Fat Clay (CH) ' � Marl
She�hy Split Texas
��.: Tube 5poon Cone
Grauelly Fat Clay {CH� _____= Weathered Shale Pe�
.�
�:. Clayey Gravel �GC} � Shale
�
� � I � Silt (ML) � Weathered Limestone
�
Poorly-Graded Sand �SP) � Limestone cFA HSA Rock
� Core
7�RM5 ��SCRIBING CON515TENCY, C�NQITIDN, AN� 57RUGTURE DF SaIL
Fine Grained 5oi15 ;hlore lhan 5[+! PassirG No. �9(1 sieve.j
Consistency Penetrometer Reading, �tsfj l�ncon€ined Cbmpression, [psfj
Very 5oft 4 �.5 � �000
s❑n a.5 to �.o iaao to �ooa
F�em �.o to 2.0 �000 �o �aaa
Hard 2.0 to 4,0 40fl0 to BODO
Very Hard } 4.0 7 8fl00
Coarse Grained 5oils (hAore lhan �6�Ii Retained �� N�. 2QQ SieveJ
Penetration Resistan�e bescriptive Item Relatiwe density
(Blows � Foot)
D ta 4 Very Loose 0 to 20 lo
4 tp 10 Loose 20 to 4fl°/
1fl ta 30 Mediurn ❑ense 40 to 70°/a
30 ta 5Q �ense 7Q to 9D lo
OWer 5fl Very dense 90 ta 100°I
Soil Structure
Calcareous Contains appreciable deposits ofcalcium car6anate; generally nodular
5lickensided Ha�ing indined planes of weakness that ate slick and glossy in appearance
Lamina!ed Compased of thin layers of varying �olor or texture
Fissured Contalning cra�ks, s�rnelirries flle� willi fii ie aan� ur silt
Interbedded Composed of alternated layers af d'ifferent sail types, usually in approximately equal proportions
TERMS DE5CR181NG PHYSICAL PRDPER'ilES ❑F RDCK
Hardness and degree af Cem�ntativn
Very 5aft ar Plastic Can be remolded in hand: �orrespands in �onsistency up to hard in soils
Saft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be s�ratched With fngernail
Hard biffcult to scratch with knife
Very Hard Cannat be scratched with knife
Paorly Cemented or Friable Easily crurnbled
Cemented Bound kogether by chemically precipitated material•, Quartz, cal�ite, dolarnite, siderite, and iron oxide are common ceertenting
materials.
Degree af Weathering
Llnweathered Rock in its natural state before being exposed to atmaspherlc agents
5ilghtly Weathe�ed Noted predominantly by color change with no disintegrated aones
Weathered Camplete color change with zones of slightly decarnposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY 7� CLASSIFICA710N qND $YMB�LS PLATE A.58
Major Divisions GrP Typical Names Laboratory Glassification
�Ym• Griteria
�
N
�
�
�
�
�
0
0
�
0
z
�n =
�
�`a/� t
V' L
� �
v �
� �
�
L �
c� �
m
� L
` �'
�
a E
U �
�
O
�
�
C
m
�
❑
�
•--
N
�
c1�
Cfl
v
0
N
�
Z
C
s�
�
� �
— �
o —
� �
a �
47 �
C [n
c� -
L �
� �
,--
m �
C �
L.L �
�
�
�
�
�
�
�
�
�
v
�
�
L
�
�'
co
�
C
o �,
N
� �
� m
� � �
a ro �
m � b.
� a�
� �
� �
� �
co
t
a�
`aC
C
�.
.�
C .-+
O �
' � N
fp �
� �
� `�
��
rn q rt
� �,
C ,� O
CI7 � �
� �
� `�
�
�
s� �,
�
a� S°
o v�i
E
R�NE
�, Well graded gravelsi E N C� I N E E R I y �
� � G� gravel-sand mixtures, �Q
� o little ar no fines � o_, o
� C C L .n�
C=---- greater than 4: C=------ between 1 and 3
� L C
��, Poorly graded gravels, � �' o x o,,,
U J GP gravel-sand mixtures, o Not meeting all gradation requirements
little ar no f nes
ai ,� o for G W
Z N �
� 5ilty gravels, gravel - "�v c�r� uUa a Liquid and Plastic limits Liquid and plastic
� aa ��M sand - silt rnixtures -� � ��� below "A" line or P,I. limits platting in
� m� �� ��� greater than 4 hatched zone
� �� o ��s p � � �, �etween 4 and 7
�' a� �'z ��:� Liquid and Plastic limit� �re borderline
�, fz � Clayey gra�els, gra�el � �
LQ� G� - sand - clay rnixtures o_� ��� above "A" line with P.I. cases requiring use
� � �� :� greater than 7 of dual syrnbols
' � : °�
� �, 5� Well graded sands, � y _ ; � -
�;� graVelly s�nds, Ilttle or � o ;� C� -�-- greater than 5: C� -�-�- between 1 and 3
N� na fines �� _:�� 4� o x ob
G �.
�� Poorly graded sands, N a� :��
� 5P gravelly sands, little or �� �°; °° Not meeting all gradation requirements
v _ .
= no fines n� �, ��}; for 5W
❑] r� n7 C
i[T,0 � � �- N d]
�, �, S� Silty sands, sand silt �� fl� �� Liquid and Plastic limits Liquid and plastic
��� mixtures w m�_,� g- befow "R" line or P.I. limits plotting
�`� � ��`9 "� r less than 4 between 4 and T
� �' � � � � � a ° are borderline
� Q o Clayey sands, sand ��� J�`r' Liquid and Plastic limits cases requiring use
��� 5C ���y mixtures °' a � abo�e "A" line with P.I. af dual syrnbols
� S4 p o� greater than 7
Inorgani� silts and very fine
� sands, ro�k flour. silty or
}. � �� clayeyfine sands, arcEayey
� — silts with slight plasticity
�
�.E '� Inorgani� clays af low t❑
� ,� � CL medium plasticity, gravelly
� '� -� �lays, sandy clays, silty
clays: and lean �lays
[!) J
v OL Organic silts and argani�
silty days of low plasti�ity
�7
rn �
� �,
� L
U ��
� •__. u�
C � C
� � �
� � �
_ ''J
� �
�
�, � �
� —
a� � �o
I �
o`
I norganic silts, micaceaus
MH ❑r diatornaceous fne santl
❑f silty s❑ils, elastic silts
CH Inorganicclaysvfhigh
plasticity, fat clays
❑� + �rganic clays of rnedium to
i high plasti�ity, argani� silts
Pt I P�atand otherhighly
organi� soils
60
�
�
�o
I
i
� 40 i
n
z
�
L 30
�
N
� I
zo
c�
10
CL-h4L �
° n �0 2a so
i'
C H ,�
. �,
/ i
i
�
`���i�y/ OH and'MH
�! 1
. i
Ml. and I��L
4Q 50 6D 70 80 90 100
LIO UID LIMIT
PLA5TICETY CHART
UNfFEED 501L CLASSIFECATI�N 5Y5TEM PLAT� A.59
�- 89�8 Ambassadar Row, ballas, Tx 75�47
R� �� Texas Engineering Firm Registration, No. F-1572
Corporate Phone:(�14} b3Q-9�45
E A R T H W O R K S RE��M ��mpaction Design Report
Praject Number; 21-�533� Fill� Foundation Repart Number: 25332-D1
Project Name: Walsh Ranch Phase PA3E Remarks: Subgrade RecanstruttianRepart Date: 8�5�zOZ1
Prajett Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy
Control Spe�ifications and Referen�es
Min °Io of Max ary Density 47Mo
Resilien# Modulus Method AA5HT0
Compacted FiEf Property Requirernent�5
Air Voids Percentage 6.7°Iv
Fackor of 5afery 1,$
�esign Carnpactian Conditions
Loose LiftThickness (in� 4
Compactar CA� 5fi3 bynami� High
L15C5 Classiflcation SC Ranges
5pe�ific GraWiry 2.65 z.56 - Z.74
Liquid Limit (°Ifl] 29 27- 3�
Plasticity Index (°/o} 13 12 - 1�
Plastic Limit {°Io} 15
°� Fines (Passing �2aa} �6 �4- 28
°Io Gravel (Re�ined #4) 3 2- 19
°Io 5and (Passing #4) 71 53 - 74
Lift Properties at 97fl�o Cornpaction on Cnnstruction Curve t
w �°Ifl}
Y �Ibsjf�3)
5 �°/o�
e
Na (°/❑]
r� Potential {°/o]
UC5 {16s/ft'�}
c �Ibsjftz]
� f41
4 1
Free 5well (°/o}
CBR* (°Io}
CBR* [°Io)
Res Mod �IbsJin2j
Res Mod �Ibsjinz}
ASTM ❑ 2166
ASTM D 2850
ASTM D �85D
ASTM D 4�46
5oaked
Unsoaked
Saaked
Unsoaked
Dry Sldel
1fl.2
117.6
66.Z
0.41
9,9
+5,2
3,433
1,137
30
Z.1
1.1
47.4
1,584
3�,18z
�+ k..��
13.5
117.5
$7.1
�.41
3,$
+z, a
3,��6
1, 013
�6
1.Q
4.9
8.3
7,066
9�895
T41�ranc�
� 1 °Io MC
f2°/o
�3°Io
t3°/o
t 3°/0
�3°/0
f�0°/o
f 10°Ia
f 10°/0
�25°In
� 1Q°In
t 10°/0
� 10°/0
� 1�°/a
,�
�z�
�
y � �a':-
� `
.� � 97yc. com�a�tion
�- ' 117_� 1bs1#t'
� „F-
�
�
�
�-
+a5 -
iaa
.
.
�` c� c�,n
.
�� - - .. . . . ��
`,
,
,
,
,�
,
�'.
�ift Coastructinn tur��e
td 11_��p�
�' i�i.i 1L151�
�i �y
� -, `.
I � '`
------ -•-- L ','.
,�
.
� , '.
� `.
� �
I � � �`
� '.
� �
��
� Z +
�
� I �� �'
i ;
i
I �
I �
I ,
�
� f 1_�5� _ _:13_�5� _
:J 1�.
�,fo�ture C7ni�riC. ��� [
Constructian Control 5peci#ications
Minimum fl/o of Maxirnum bry p n i_
Canstructian Curve 97°Io
Wet-of-Oo[mlum Mpisture_R_ange for 97°I�
11.5% - 13.5°�0 {f 1°Io MC)
Mirtimum # af Rvller Passes
� rtqu+v. 4 roundt�ip nasses. Full lr$ mve ayNYEqUIrCd]
Campa�tian cur�es should be abtained
regularly with changes in material index
properkies and upon change in color or
texture far effectiae �onstru�ti❑n control.
M-D prabe depths should be �entered on
the center of th€ compacCed lift,
t cand � Unsafurafc4trr�x.���tesf, tQtaist.�Sssodlpa�mieler.
VLS - flnrrmhne7 CQrrroressr� 5trenc}!h.
Mearur� �lurs irtciude ru, y, fJCS, G m Frc� Swell, arrd C8R
!Sodked and unsoakcd], Calrukfc4 v��e.s +���lc,de 5, e, Na, r+
Patenf+�1, and Hes�lienl Moduru.s (soaked arY1 u++sa�k�'J.
vYef s�de perrfrea�'�rry in Fe�d n�t fartorc� in F� swrii tes[
rortd�r+on.
+ C6R bascd ar. i+eld mmpucict� srare.
1 P��rrL�ei irµeie+�fa�e+a37e �alUes.
Soil Sample ❑ate: 7f22j20z1
Lac; ❑n-5ike
tiesc: Llpper-baund, full soil range
"' Authorization By:
Print Name:
GraphicspowrredLyMe�lre��'a7ica Date:� Firm Reg.#:
LJse vf khis Corripa�tic�n �e5icn Repor: ("COR") is su6jeR [o all �cpyriyhLs aiic shall �nmply with [hc terms an� �nnditinns of all wftr,�are licer•ses applieade to the ce�er�tion oi this report. 7his C�R may 6c
usec in pra�ti�e solely For des gn analysis purposes Por �he above FI li':!"Fill' ; anC Project, ard �ne use oF this CaR ror any o[her �se vr f I I'R nther than [�at Fill or For any ���r�ose s not perrni[L�c. This rcpnr.
appl�cs on y L� lifu c�rripa�Led �ver stlFf anC �nell��ompa�ted lifts anC suh5radcs. N� par: of this C�R may he �op ec, tl�wnlr�ade�, storcC in a rctricval sys[em, furtf er [reismitted, or o[hc�ise reprnd�cec,
stored, disseminated, [�ansFerrec, or usec, in any inrm nr hy any ^ieans, except as peemil[ed in writir�r, hy Ra�e En9ineenng SeNlce5, Ltd. �a�h reprc�d��tion of a�y part of [� s C�R rrn�s[ �ontain all �opyright
noLices an� rcSist�rcc �rad�mark dcsicnat'ons [�:] arid r'ar'-regi5terce tracem�rk de5ignatipns ;'"'}.
Vcrsion� 231.1 - 7-2
❑I ❑TF ❑ F,n�
8408 Ambassador Ro�v, Dallas, Tx 75�47
�� �� Texas Engineering Firm Registration, No. F-1572
Corporate Phone: �214} 630-9745
E A R T H W a li K S ���T� �ompa�tion Design Reporrt
Project Number: 21-25332 FiIJ: Foundation Report Number: 25332-02
Project Name' Walsh Ranch Phase PA3E Remarks: 5ubgrade Re�onstru�tionRepork aate: 8j5�2021
Project �wner: Quai! Valley Lantl Campany, LLC Pradu�ed By: Gary H❑ugardy
Control 5pe�ifi�ations and Raferences
1�1in °Io of Max Dry �ensity 95°/0
Resilient M❑dulus Method AA5HT0
Compacted Fill Property Requiremar�ts
Air Voids Percentage 6.7°�
Faetor of SaFety 1.1
oesign Compaction Conditions
Loose Lift Thickness {inj 9
Compactor CAT 563 �ynamic Hlgh
L15C5 Classification CL Ranges
5pecific Gravity 2,68 2.66 - 2,7p
Liquid Limit (°/o) 47 45 - 49
Plasticity Index {°Ia} 27 25 - 29
Plastic Limit �°�o} �0
°Jo Fines {Passing ik�00} 85 83- $7
�Jo Gravel [Retained #4) 2 1- 5
°/o Sand �Passing �k4] 13 8 - 16
Lift Properties at 95010 Campaction on Canstruction Curve t
� {�Io}
V [�bslft3]
5 (°Io]
e
Na (°r6�
c� Potentia! (°Io}
LJCS {IbsJft�}
c [Ihs�ft�]
QJ {�}
Free 5well [°�a)
CBR� (°/n}
CgR* �°lo}
Res Mod �Ibsjin�)
Res M❑d (Ibsfin�]
ASTM D 2156
ASTM ❑ 285a
ASTM a �850
asTr� 0 4546
Soaked
lJnsaaked
5oaked
lJnsaaked
Dry 5ide1
13.3
107,9
64.8
0.55
12.5
+7, 2
6,356
1,986
26
z.8
0,8
28.0
1�27Q
21, 545
l+�et 5jde'
1�.1
107.9
83.3
0.55
5.9
+3,4
6, I35
�,152
20
1,5
3,2
�,3
�,733
9,114
I4lerance
�i�,� Mc
f�g'o
t3°/n
t3°Io
t3°Io
f3°lo
f20°/a
� 10°Io
t 10°Io
fZ5°Io
f 10°/0
f 10°Io
f 10°In
fl�°Io
!
�
�
�
�
r,
�
�
�
?+ l
r^.
�u�
a�
�a�'r cQrn acuan
-�-- -- • --
ioi.-9lbs;ft'
�a
.�
c�c. c,� �v
------ �;
.
.�
.�
Liit Construstian Cun e
w 1=l.S�f`.
Y : 113_6 1�35?�'
i �
; �
; � ``
.�
. , •. -�
i •'l +a
� �
-- --�- -- • -• • -- • -- -- '
� .
; I ,;\ '•
l `�
�
' �•
i � '•
i 'L .�
i ; � ♦
.�
i �•
� �
� .
E ,
I ,
�df.S�C ;17.1 c
-•- i � —
�
�'i:ri�hr `•nt r.; r•"
Construction Control 5p�cifications
Minim�m °�U_of Maximum Qry densitv_
Constructian Curve 95°�O
Wet-�f-b timum M i kure Ran f r 95°/e
14.5°/0 - 17.1°/0 ( f 1°Io MC}
Minimum # ofl�allQr, Passes
� {Fa;�iv. 4 �o�r.dtrip pdssrs, F.�dGR mvr a�e requ�red]
Compaction curues should be ❑btained
regularly with changes in material intlex
properties and upan change in �olor or
texture for effe�tiue �onstruction control,
M-❑ probe depths shoultl be centered on
the center of the campacted lift,
t c and �D - llnsaturated fnaxi�31 fest totdl strc•ss sail pararnetr'�.
t/C3 fJrt�rmhneu CCmp+C55� r� St�enyflt.
Mfasurcd valuesinc•luder�, /, f�'C5, r, �, FreeSrved; d7dC9k
�soakc•d und unsoaked]. C'ah'ula:cd vdlues inrlude 5, e, Na, �il
�'er.fial, �inOFeSiliCntM1lPdefl�srsa�fk[17d�flr,5WkE1dJ-
Wef siae permea��lih/ rn �ic•Id nvt �ado�� ir. rr� Swe�9125t
randrfro�.
� CBR Ges�r7 or r�cla rcmpact� srare.
. Pra,7ef[ics fE�uEser.f aVerayE v,7f�Cs.
Soil 5ample date: 7j22j2021
Loc: On-5ite
aesc: Lower-bound, predominant soiE range
Authorization By:
Print Name:
r,rau��rrspcwc•eday,^rarh�-r,,,r,�,� � �ate: Firm Reg.#;_
Use aF [his �nrrFan qn nesisr �epon ["CL'R' ;• s suhjed to all ca�yrigfils ard shall �or� y wi:l• [he lerrrs and �andi[inns nf al srf[w�re li�erses ap�li�ahle tc� ifie gereratior oF ��is repo-t. "his C�R may be
LISerJ If Ffd['iCe SQIC }' FOf fJCS'Cn andly5i5 �Jf�p5e5 F9f L'le dh[Ne �II IiR ;"�III�� ard P�oie<<, a�d ;he use of ���is Coa `or ary nhhe� Lse nr ri I�F[ o[I•er tl•an Lhat Fill nr for ary p�rpose is nnt �ernit-ecl. -'iis repn�t
app le5 only :o I-Rs �nm;acled o��er StiFf afd well-cor-i�ac[ed li`tc arrJ g�b9redes. hn �a�t of tfiis CL`R rray he �naier, don•rloaded, slored in a retrieva systerr. fL��f�er Lrnnsrritted, pr pll�erwise re�rod��en,
gtored, clissemirated, :��arsFer��ed� cr used, �n �ny fnrr or by any rreans, ex�e:t �5 permi:[eC in writinc by ��re Er:�ineerinc Servi�es� l td. F�r� �e�fo�uRiOn of ary �d"l qT [r15 Cafi fT1L5l Cnf'lalfl �II CpGy�JhC
ro:ices and registe•ed :rnder-drk desic�atlor5!t�'•�rc] nvn recistered [rader'a�k desicnatiqr5 ('"',
Version: 2 3:.' � ] 2
PI.ATE A.6�b
APPENDIX B
Ra�vE j
.�
FIELD EXPLORATI�N
5ubsurface conditions were defined by 55 sample borings located as shown on the Boring
Locatian Diagram, Plate A.3. The borings were Gornpleted at locations staked in the field by F2one
personnel. Tl�e borings were advanced between sample intervals using cantinuaus flight auger
drilling procedures. Field and la6oratory test results, sample depth, de5cription, and soil
classification based on the Unified Soil Classifi�ation 5ystem are shown on the Lags af Boring.
Keys ta the symbols and terms used on the logs are presented in Appendix A.
Relati�ely undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter
tub� samplers at the locations shown an the Logs af Boring. The tuhe sarnpler cansists of a steel
tube with a sharp cuttir�g edge connected to a head equipped with a ball val�e threaded for rod
conne�tion. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil
specimens were extruded fram the tube in th� field, logged, tested for Consistency with a hand
penetrometer, sealed and packaged to limit loss af moisture.
The consistency of cohesive soil samples was evaluated in the field using a �alibrated hand
penetrorne#er. In this test, a'/a inch diameter piston is pushed into a relatiuely undisturbed sample
at a constant rate to a depth of approximately'/ inch. The results af these tests are presented at
the respective sample depths on the Lags of Boring, Vlrhen the capacity of the penetrorneter is
exceeded, the �alue is tabulated as 4.5+.
Sarnples of stifF andlor granular materials were obtained using split-barrel sampling pracedures
in general accordance with ASTfVI D158fi. In the split-barrel procedure, a disturbed sample is
abtained in a standard 2-inch QD split-barrel sarnpler dri�en 1$ inches into the ground Using a
140-pound hammerfalling freely 3D inches. The number of blows forthe last 12 in�hes of the 1$-
inch penetration is recorded as the 5tandard Penetration Test resisfance �N-value�. The N-values
are recorded on the Logs af Boring at the depth of sarnpling. The sarnples were packaged and
returned tv our laboratory forfurther examination and testing.
Groundwater observations during and at cornpletion of drilling are shown on the Logs of Soring.
Upan completior� of drilling, ihe boreholes were ba�kfilled with auger cuttings ta ground level,
�
R�N�
LA6QRAT[7RY TE5TING
�aboratory tests were performed on selected samples retrie�ed from the borings to e�afirate the
engineering �haracteristics of the subsurFace materials, and to provide data for developing
engir�earing design pararneters. The subsurface materials recovered during the field exploration
were described by an engineering geologist or senior staff inember in the field andlor the
laboratory, and wer� later refined bas�d on results af the la�oratory tests performed,
Classificatian Tests
Ail re�o�ered soil samples were classified and described, in park, using the Unified Soil
Classification Systern (USCS}. Visual classification of soils was �erified by indextesting, including
r�atural maisture content determina#ions, Atterberg limits, and gradation tests �percent passing
the IJo. 20Q U.S. Standard Sievej. All testing was perforrned in general accordance with
applicable American 5vciety for Testing and Materials �ASiM} procedures as follows:
Test ASTM 5tandard Number
Atterberg Limits Q4318
Percentage af Particles Passing the No. 200 Sie�e Q114D
Moisture Content a2���
Swell Test D4546, Method B
�welf Test
In the suuell test, � sample is placed in a consolidometer and subjectetl to the estimated
averburden pressure. The sample is then inundated with water and al}owed to swell. Moisture
cantents are determined both before and after comp�etion of khe test. Test results are recorded'
as the percen# swell, with initial and final moisture content. Detailed swell test results are
t�bul�ted in Appendix A.
�
APPENaix C
The Gevprofessional 6usiness Asso�iation (GBAy
has prepared this advisary tv help you — assurnedly
a �lient representati�e — interpret and apply this
geoteehnical-engineering repork as effecti�ely as
possihle. In that way, you can benefit frarn a lowered
exposure to pra�lems associated with suhsurtaee
conditinns at prvject sites and development af
them that, far decades, have �een a principal cause
of canstru�tion delays, cast a�erruns, claims,
and disputes. If you ha�e questions ar want mnre
information abaut any of the issues discussed herein,
cantact yaur G6A-rnember geotechnical engineer.
Actir►e engagement in GBA exposes geotechnieal
engineers to a wide array of risk-eonfrontation
techniques that can be af genuine benefit fnr
e►reryone in�ol�ed with a canstruction project.
Understand the Geatechnical-Engineering Ser►�ices
Pro�ided for this Report
Gentcchnica: en�;inerrink Se:vices typica,ly :nrlud� thc plannin};,
�c�].rclinn, i��[cr�Y�[atiun, an�� anulysis of �.Ypl��r��c�r�� data h•um
�, ic:ely spaced h�ri n�s ancj; c�r [est pits. Ficld dal'a are mi:'.hincd
ti, i;li res�.lts Frnm .a��ralor}� Lests nf'sni] �nd r�c:+ s,t«i4,l�s o6rain�d
li u_-z f�e:d e�}�Ic�ra[icm fif a��E�l;�ahlc}, c�}�yer�-ati�aii5 rnacic during s:tc
recc�nnaiscan�e, aiid hi.t��: i�al infurmatii�n te� fnrn•. eme ur ennr� ir.c�dels
❑f t!ie cxpc�trd Suhsurfacc �s�nd�ti�iis l7eneath [hc si�c I.e�cal �;en�vgy
and ��.I[r: atic�n.s ul lh� sitc tiuria�:e znd suhsurFacc U�' E�r��•inus unc�
prr�posecl cr�nstructitm are alsn i�ii��nrtant �nnsi�ieratiuns. Genterhni�a[
e�lginccrs applw tlieir en�;ine::ring �raininb, txpericn�c, and �ii41�,n2rnt
[u ai{n}�t [hc rec,uire�:�ent5 ut [hc ��rus}:e�:i�z }�roje� [ Cu [hr till��ti41��1:5[e
iii���l�l[s'r. Estimatcs arc �-iade nf I he s�:hti�_irra�e ccsncii:ic�n.� [hat
SL'lI� �1ICe�1' I7� �C�7[]5CC� L�Ll1"'.115� CO1�5[I�ILC[1U11 �15 1ti2�I us the cxpccicd
��CrfS��rn�.��:�r c�F Fc�und�aliun� n:i� �ther s[ri•.ctu,es I�ein� ��l�inn,:�t andlor
�f�2ited Ihw �e��ist,'uiti�5n a�liVities.
Ti�r culmi:ia:in:i of [kirsc genlydzniC:tl-enr;incrrin� ser�itCS is t�'�ieal�ya
�;eu�ecl�ni�al-en�;ineeriil}; repart ��rucidin�? tlle t{:�la e�hiaiiiecl, a dis�ussion
of tlie subsurfa�r �nndel(s), thc ei��iii�erin� and ��ala�i� e��gineering
�155C,ssrnCntti :1nc! analYhe� ii�.�cle, anc{ lhe r��om�nc�•.�ia[ic�ns cl�relc��ied
[c� salisf4• � nc �ic-en rcyuire:i�cn�+ CS� IIlL' �71'C112CL T�lt'tif TCpurt.ti niay he
�ideci in�e�ti�;atiuns. cx��.nr.uiniis, studics: �sse5srn�nts, e�r rva]u.�Lioits.
R�gardl�ss car thc [itle usec�, lhr �;ce7[c�k•,n.cal eii�;inccring r�pu� l is un
en�,i�:eering :nterE�reta�ian c�r d�e SLt�saurfi�e �crn�litic�n� tit'i[IZiT} the cisiitexi
�f tl:e E�rniect and docs �iat i�{'resent a �I�se csa�::in�itinn, sys[c�naLic
i:i�uir;', t�e' [lic�� ough im•esti�aliun i�; all site and s.ihtiurface ione{itiuns.
Geotechnical-Engineering Ser�ices are Perfarr�ed
for Specifie Purposes, Persvns, and Projects,
and At 5pecifie Times
C�cnlcclinical rn�inc:�rs �tru�lurc �heir ser�ices :n meeL tt�e specifit
n�eds, gaal;, anc� ritik man:i�;�•nten[ ��r�Icren�ttioC [I:ei: �li�n[�. A
ge�He�hni�al enkinceri���, titudy tcai�dti��rd fvr a given civil en�,ineer
�vill nol likely n��ct lhc nerds o�a ri�il-�Mnrks roi�s,ru�Lar nr etier a
dit�crcnt rivi: en�ineer. E3c�ausc ca�h �ec��e�hniral-en�;inccrina ti�ud}-
is unique, eac:� bec�terhnieal cnbinee:ing repnrt is unique, przi arzd
so��'.Iy fc,r ll•.e C.ienl.
i.ikewise, �ca[e�h�;ical-e�igiiiecrinr scrvices are performed fc�: a specific
prsaje:i and purpc�se, For r�a�np'.c, i� is unlik�ly that a g�ni��hnicnl-
en�ineerin� study Eor a rcfri�crated warehousc will bc [he satne as
nne prepared fnr a;�arking garabe; a:id a f���� 6nri�igs dri'.led duri:�;
1�7i�Z.in:in:1[�Y' slLlc��' Lu C�'tllGlle sile feasihilily �rill >>u� he .idec�ualr l❑
devclnp sa*e��terlinica3 desi�n recon��z�cndalic�ns tnr �he projert.
Do +in; r�2y n�� :J�l.; r epn� r i I yn� r gr�ile�hnieal rn�; ��e� r prep:�� ��i ;�:
• for a dih�erent �lieei[;
• fnr a di�lerent �re�ject n�• purpose:
. fnr a diil'e� en� sne [trtat ma}�ar may no� inctu�ie :��1 or ��nrtic�n of
the or,gina� sirci; c�r
. bc.`nrc'.rnp�� tan� erents n�u�rred at tF.c si[e or adiae�nt to it;
r.g., rnan-ma�le e�•ei•.i.ti like ca7ns�ru�tion t�r en�•irnn�r.en�3!
rCniediaticm, or ilatu ral e4•erits like floods, droLi�;hts, earthc],�.;t.�es,
nr �roLmlwatcr f]ur�L;a�inns,
Notz, tu�, the reli,ibility oE'a geokethnical-enbineering repor[ taiti
be K�ieited l�y the ;�assanc c�[ time, �e�ause c�t fartnr, like changed
suhsurfaa'e rc�ndiiion�; ne�ti� ur m��cii[ie�l ���tiles, stantlards, nr
regulations; e�s ue�v techniaues or t�ols. I�you ��rc :h� leas: b�� +�r+crrfrtill
abn�it [ae rnntinued relia�ilin' of ihis rep[�rl, cn:�[ac[ ynur gentechni�al
�ngine�r nelane ap��lYing lhc r�cc�mmen�lalions in il. ,1 minur ar.wun�
nt addit,onal testinb nr analysis�[ter the �assa�c ol tinie iE any is
reyuircd a� n`.l - cnLiid preveitt major prnblems.
Read this Report in Full
C:ustly prc�hlem.s h:x��r [�C�urred l�e.au�e l'h��se i��l�•ir�� nr. :i g�u[e�hni�:11-
e>>bineering rcpart did not read r},e rcporr in its cntirct}. i7c� nu; rclv on
an e�eeu�i4e tiummary, Do ���.l�l s�l�ctii� �lcm�n[s onl3•. Ruir! a+�c7
rcf�'r t�3 17��• ie'r�crrl ill�!l�l.
You Need ta Inforrn Your Geotechnical Engineer
Abaut Change
�'cur �cn:�•chnical ensa*ineer �on�ielcrcd iinic3tic, praiec[-s��cilit fatL��r.:
�v}�.e�i dercic�ping the �cc�pe uf �tudy l�ehind Cr,is repor� a�ld ciere��pii:�,
[he �nnfrmati�m-d��cndcnt �ccnnuncndar,ans tl,e re�-,c�,r rem�•ey°s
1'���i u1 �han��s rh:3r ..o��ld erc�cle t},r reliahilil�� c�� �his repc�rt i.l�:ltid�
thnsc that af�cct.
■ I:�c SiLe'S 5i2c or 5hape;
. thc cic�'ati�n, e�ntiguratinn, lc��alic�n, c�ricntetit,un,
1�iiz�t:rnt or srcight n' tlie :+rc�pnsed s[ructi�re ,tnci
[he ��rtiir�d p�rCnrrnan..e �ri[eri<i;
. the �c�iii��c�siPie�n c�i the design :e.iin; c�r
. :+rc�jr�[ n��nc�'ship.
�ls a g�neral rule, u?ri•rr}�s infor�n �•c�ur bcnfe�hnical en�;ineer nFprojec[
nr Site �hangcs c��cn minnr c�nes - and rzques[ an assessrnen: nFthci:-
irr,��a�t. 7ir� S�o���1���r[r[cr��i��rc: •,rh�ajir�prirrrlthrs r�'(�a�! r:�.�zrrc,trurep�
! ■ ■
- rin � or
�
� n�c
n in��
r espni isiUilit}' Ui' lictblCety for prvb+e rri s t�i a� aris� beicarise [he � rr�t�� ],� zrcrzJ
C r7b�flleef' li•� rs r i[� [ r n}ol'n7Cci r��JU r! t r�c •: � ic�P v r7 i r: [� t Iz <<� i, � Y! � � 7 U t� t � r' 4•� � s �
�.,�� ��rlr' 11a�.�e� � z„�srr�rrC[l.
Most of the "Findings" Related in This Report
Are Professional Opinions
I4eli�rr �anslru�linn h�•�,ins, �rc�Lr�hni� al rn�;ineerx r���lc�rc u sileti
su.�ycrFs�r using �'a�:���u sanipling:md �estins �rurcd:.res. Ci���[���l�r�(cr�[
��r�i���r�s rc�;a c�bs�:rvc' acr�rr�f sul�>rrr�a,.-� i'r,r,ti�iu�rs ���r�r r[ rizr:sc sr���.-rfic
dncu:i��n.s i��hr.resciratl�fr�r.� r�rred ;c;l�ii� rs �>c'�yi�o'iricri. Tlic �{�la �ieriti�il f�r��it�
Ihsl sa�npling:ind Ichtiit� ti�cr��:�w«Wes E�y y���:r ���,<<�hni�alcn�;inccr,
�hn tk�en ap��licci prntessinnal iueiacrnen� �n [��.'lll (]�?I111C1115 a'�c�ut
xuhsuri:�cc cuni�ilinns IliruughquL LEie sile. rle-4�.�ak silewi�i�-su,�sur�ace
cunditi�ns may d:t'.cr -�:-ai be si�❑iF�ran�ly� - fron, [fi��st� indi�a[ed in
lhis r�Pnri. C:c�i:irsn:t lha� risk hy r��,iining �-nu.` �,'C[][CC.I I7lCF.� C11�1Cf'.L':
ln .;rrti'c can llir.izsia•� Icarr� llir��ut;h ��rc�jc�: �cmiplelirin In c��[:i.n
iutarmed ��:i:'.:mc� Uuiekl}', cvlienc��er nezd�d
This Repvrt's F2e�ommendations Are
Canfirmation-Dependent
Tl« r�;nninzcn�i:��iurF.ti iii�iucl��<l c� il�is rrl,�,r� - iu�lc��lin�;�snr�.7p[tuit.i.�r
:IIIl.'.111:11H'4'�-:LI�CCI�ilfl!'111:.S14Hj-LIL'�i11111�n1 l�iu�li�r�ti•��r�l�,[h�5':u�rn���
lin���, ��r:.iu.e llZc ��,�nlr�ltmt.Y rri�incri wf7s+tlesc'�>>��i�i l��rr�t rrii�nk hcati dr
�m ju�iLr�ninl ,����.I .y,i�.iiui� �u�]u:,u. 1i,�3r,,��ul�rchiiical r���;uic�cr c:ui iin:c:i.:cr
fh� rr��,�tiin��iul:Hii��ts��i+l'�'olii+'i;f�iirs•r�f�,�ct�e�ri �tcl��rtll��ir�'�i��r�tfii�r�s
��E�nseclelurin� �e�;s.ruelinn. ill tnrc�u�;ii nhs�r,,��inu yn.�r �e���rchni�:;il
cn�cncEr c[�atlii�n� I�I.lI 1�1L' Llf�1LL]�1U1�.� ,�s.utn��l i�� ��;sl a�lu:�ll�� cl�, s'�i.,t,
il'� r�cnmm�:n��.11j'�IlS4�tin h� rtlicd �.�E�rm.,�1:iSIR1iII]� llllliCE}4'I�CE�t11��Ct15:1Ve
n��i.nrr�l.'f?<<'.�:nl<<l�uri'r�?,•r{�rrrc�r uJru��r,f!rr�',�,lr?�r, �,r�c�r'r.���faurr�.:,r����e
�-i�yptni_ibi?r[r�irf��rliillt�•h,�-c:o��(i���rr��lr�ii� ����1��'ucir���1�L[]r7iI7iLYi[fuliurt5��rvir
!irr� rn rrrr;+i rhal��+{4i+let�r �n n��rj��r�+� it�;�rtrrrr+in�� u:�ser•.rtinr!.
This Repart Could ee Misinterpreted
plhcr drsign profrssinn:�ls' -�i�inlerprr�:ti[ion oigrnlrchi:`.r.�]-
ri��iiic�rir.�; reF�Ui ts has r�sul�c�d in cos.l}' prc�hlerns. Got'fru;tl ;h:1� :isK
bv ia�•i::;vnur�eotechnical�tii`;inecr;,r�•easarnnlii:uii:�,memhcrnf
lhc c'.csi�n l,am, lo:
• ����,fer c,`kh oihcr d�si�n-�can: meml�ers;
- lirl4� �c�•clnF $�7CL1IIi:lI1f1C5:
• rcri���� prrlinrn� clrnienlv c�i n�lticrilrsign �+roirssic,nalti pl:�::s anci
s..r�iFicatiuns; n:�cl
• he:nailablc �.I�riiever�cntccliniriI-c��giiiccringguida�irc �.c nrcc�cE1.
Y[�u shn�ld tlso �c�r..`resr.! the risk of �oc�str�.i�tc�rs niisic-tcr��rctin�; tl;is
r��,url, Llr!so hy r,ri.�in�i:�,�•or.r ti���ie,kl,ni�al r,i�ni_ieer :o ;�wrticip:i:c:n
}'1'Lh1[�:llli� ��i'E'C1113��1i1L�'l!Il Clll'ill'1'L'll�l'ti.i[li� �il k�Lf�[71'll'. 61111:[CLlI��[lll-
��'i,ise observaiinns.
G��e Constru�tors a Cornplete Repvrt and Guidance
Su�ne utL�iiers:tnd dcsi�ii E��n'.rssinr.als mistak�nll•E7C�IL'�'C [�1L'�'C:.II �:�itt
unan[i�i4�a[eci-,��f �•.i�r'aec �nnclisinns !i�hility tn �nns[r�.i�ti�r� :�}' lir.ii�in�
the iuti�rina�ic�n iLr. �:ru4•idt �i,r Ui�l .�rrpar�i�kan, Tc� :iclp k,:c�ent
k�ie cust:�•. �on'.en�io�is pro`.�le:::s Ihis �.ra�tire lias �auscd, incl•.ide �h�
�nii.4�lc[�gc:u[c:h[lical ciis;ine��ingrc4�c�rr,:i:��n�r��:�lhllll��'11L:.Chrr.ci�:.5
c�r aE�}:en,3ices, ���ll�l }'S]UC C[][llli�ti� [:ocui,�eii;s, Urr[ bc ��rG�i+i :u +���tr
���
innsl>ie'�ic�rrsfNtl�r3ryar+v�� r�rrhrrlc•�d �I�e r�zrt!�ertr�� �rir r1�p�r�ru�;ia�r�purpr�;cs
r�ni��. 1'o a�•oid misimrlerstancling, y�;�,,,,,y-.�ls�� �rai�� la nn[e lhat
.�inlc�r:nalic�ca. ��urpnscs' n��ai:.r �nn5[rucCnrs hatr nn ri�ht tu ��ly` ntti
�lieinte�nr��[.lL'[][1R, (1�];Ll1Lf1:5. �[li1C�Liti1[511�, (5Y r�'CU!'lll".L'lliia�i�,ns in ll�c
repcart. Bc certain �hat enns�ru�I�ry kna�+,' :hc}� rn�p:carn ahn:it s;�E�ci`i�
?rnjec[ rzeit�ir�:nent., iilcludiizb n��tinnt Be.�CCted lr[�i1i ih� CCJf1i'[, ��rll;�
Frc�n�. Ih�=aie�Sl�?ll L�1",llL'iuks an,� spvciF[a�in�1.S. l2en�ine] �c�n,5tr,:rtur.s
tEi�+[ I1ir1' i".:ay p�� fnnn thei r ��vn s[udics it [he� �va��L [�. ancl [��� sz�ri° ;o
uilni� r�i�:rikl� fi��rr h� pcn:iil ;hem to do sc�. [l�,ly :hc„ �l�i�;h[ y't�u lae :n
���e�sili��n Pn gi+,•e �e�ns�ructrsrs t.�e� inf�rrnatic�n availahle to tic�u, whilc
rey�;ir`.ng'hcrn t�� at'.east shar� �umc nf thc lina;icial r�spemtihilitiis
Strm�iliii� f rc�r2i unaii[i:.i� aled candiliunti. C:cnidurtiil�, �]rt'�i;i ;tilcl
�r�r��n�is�ructi��n ctri7l��r��i7��s �aii al��� he �•aluahl�� in [}iis re.r���t.
Read Responsibility Prv�isivns Clvsely
5��ne clicnt re �resent�lli�'es. c�csibn ��rufC55iUna�S, :lrt:l cVnStYld[tUfs dV
nn[ rrali�.� lhai gcn[irhnical enginecring is rar less exa�t �hn�i otlicr
rii�;ir�erin� �ti�ciplints.7liis ha���aeiis in partl�e�.ui�e snil aild re��knn
�:r::jcr' sites ,�re t�•�ic�lly hz:er���eneoi:s aiid nc�t rn.iclti[acturr.l in,1[�[i�11ti
�vi:li �vel: dclinzd �ii�ir.ecrin; prnac�-[i�s li�ce :tecl .�n�1 cn�i�rctc. Ih:tl
lach nfunders;anaiinry nas nurlurrd unrcalisti� �xpe�laliems [lial havr
CL'SCI,I'.L� lll LI�51�laUllll Ill[:[1:5. LIe.L�.�, rotit c�v�rnins, cl��i�ns, :�,-d dispu�es.
I n cnn[ror.t �:i.il ri �k. t�en<<•chni�al �ngiiie�rs �nrn,nnniti• :n�lud�r
�s��la�'.ali�r)' ��rm•is`.c�ns in �heir re}u�rl.;. Snmrli.nes la��ele�l "limila.ini�s;'
man�- �i thcse ��rc�wisions indirate evhere �rc�:c:chn:�al en�;i:ie��y'
r:�pcm.sihilities!�egin :uici c:ul. :c� I�elp n�h�rs rc�n�;ni�c• �heira��n
risperosihili'iesan�i ri.sks, herid�I���;ejlrc<<�rsoi�s��r�s�d}'. 'lsl:yu�ts[iouti.
1�v.n-�;cc�[cchnical �I1�1llCCr S�if]L'I[{ T:'y��pl7LI fl1l,y and ;r:uikl}•.
Geoen�irnnmental Concerns Are Mot Ca�ered
1 he.�crsnnncl, �cluipmenl, anel [rc:liniyues L;u'd lo p�r[i�rm an
enrirni:me�nlal v.�:�lv - e.�.. u`phasc�-ciile" ��r "}�huse ltiti•ci' e�min�nriirn[al
si[� :us�'ssrncnl - dif;tr si�;nif.caull� iroi:-. [: use uti��l In pi�rr�rn: :i
�cc�:ccl�nica,-r:�ginccringslud� Fnrth�,irca�nn,a;;rn[�[htlica:ci:giileeriil�
rep��rl dc�cs nc�� usually;�ru�•idr enririonn�enLal fi�i�{in�s, �un�lusinns, [�r
rec:on:n:cndatinnh, e.g., :-b���:[ [hc likcl'.ha�d �renci�un<<�rin}� undce�,:zsund
s��,�age [a:�ks [ar rc�ul,itcd cn:ilamir,an,s. L'rrc�+,ti�'i;�uir:t ii�t7s,�rri�� ��
r,�•.•;�nr�iu4�,�,�i F��a�;irli�s?�r��n• Icr{ tap,-uicr� ?�r%i!��rc. [i yu�� l�an•e nc�t
obta'r.cdyc�tir cm�ii eu�•iro�•. -icilEal iniurin::ti�i� :ihcsu[ tlzc ��rujce[ sitc,
atic � nur ;;tt�tichnical c:�ni,u:icint tur a rt�ml�nicnda�icr.� i�u hmv [o lind
cnvi���nnie�:l:il ri.�k-n:;ma�cn-<�nl �icl�tnre.
Obtain Professianal Assistance ta deal with
Moisture Infiltration and Mold
L1'h[Ir rc�ur brc�l�rchnica� cii�;i ir�r nja�� ha�•eu�t�inssril �rovn��v'alrr,
�<<al�r iittii�rali��i1. urs;rnilar issues in �':iiv :cpor:. tEie cit�in��cr's
sL: riccs �w'rrr nol d��i�ncd, :nnc;.��:icd. or . nttild�d :n pr�renC
ni�.�;i alinn nf inni.slurc - in�suclin� t�:ler ■,�E:c�r - linm .hc: .:uil
t`.•.rc�u��;li 'ai.iidin�n slahs and �r:ills and into tt7� b�ildiii� sil��riu:. «-:ierc
i! c,tn :�l7lSC Rl[7IiI �I C111'[Il ;llld in,itc:ial-p�rlrn �tiLI1Cf' (�CI1ClL'11:iL'ti.
rl��nrc{'.I1�,IV, I7YOpf'Y tiit�jL'lYTL•i!C[!tfl11! O� the [�C[]�L'Ci[111C[Lt Cf7�illL'L'7�5
rrcu�iime�irtre[i���s wil[ r:u[uf'i[self f�e stlf�iric•��1 fn prever�t
maisturc iriji[[+a[iox. [:�F+ili<�,+r [h� risk of rriaisturc ir2fi[tr a[in�i by
in�lnilin� hu�l�lin�;-�rnc�n��cur ir.c�lcl s}�r�ialisls on .I�c �lcsi�r lr.:�m.
(ieotecirnica[ e�igil�eels rare ��nt f�i�ildir��-ra�i�elu�r. or t�tolclspeciatists.
GEflPR�FIESSIUNAL
BU�iNESS
ASSQCIAT�OM
Telephoize: 3t] l ;'�65 -?J33
c-rn�iil: into�+}�:�c�pr��'.essinil�il.c�i-� �,�,•w�,�eoprofessinn�tl.c�r`
i':�,,s•r4.,.?f'I��i.c[�r��;-��.��,:,:ral"1u.�,�,., I..�,ri.i.��vr:i=is.�; Il�..�ll�.,.i��:�..�. ;+ir�:.ur.l����,��rcc,��'.ni:n"'.hi;:l�:i�ir.�rn�.�in�shul:n-.n��arl,by�a�.i}mrcnsrrlix.si:c'��ri,��yli�.�Lti
��ir.liil:.,e�� ct[rpI iti'illi [�Fi:4� .E:rciiic s�r�.'.�en p��-in�.>+.un l{s:.�i����.�i�. i �u�irpc ur n�.iri �vi.r es.i.�.c�irt t,�nr: �n� 'r�,�i� �.I�I. �I��,�.�..,,c-.� .� �rrml�:�•�I ��.�Ir ,�i.. .•.e esprr,a��i nl.•�,
����r'n!:.�un �,I S��t�l.n�nrl ��rlr :,i ,-�,i„e, e�' ::h�:l�irly� rr.,��.�.el• i:r �„��I: r�� r�s. l)n.�� n•ein`�--,��i [ �:1:1 �� «. -.i. �l��c�.i.:i:m. ui i.ti ��soic iny :i. a:nm��lrnir�.�;
�s, ��r a+ ar �:Irr.�r•ii
��I .�. -r�-�:, i oi a��s �inJ' �In+••alir� Si �-, ,n. ir�i;lu:�., ai c,.�cr e:•;ii•,� ih,rt .;i usr� S.ii+ dun.�mrr.l',ri•,'�:r,.� briny.� Uli �1 nn>••I,;i ii�dlil bc n;:��niii�in� u; c��;ri�I