Loading...
HomeMy WebLinkAboutContract 58093-PM1 FORTWORTH CSC No. 58093-PM1 PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING DRAINAGE, & STREET LIGHT IMPROVEMENTS TO SERVE Walsh Ranch — Quail Valley — Planning Area 3 West — Phase B (PA3W-B) IPRC Record No.IPRC22-0065 City Project No: 104054 FID No.30114-0200431-104054-EO7685 File No.W-2830 X File No.X-27310 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 '///f)+��5,; •E�s+` The City of Fort Worth . .. October 2022 CITY SECRETARY JORDAN V. MARLIA FT.WORTH,rx �..�.........13317g........: �i �= ]--MITT OLL� s 500 W. 7th Street, Suite 300 AL \�l Mail Unit 23 Fort Worth, TX 76102-4728 Phone: (817) 335-3000 Fax: (817) 335-1025 TBPE Firm Registration No. F-761 Section 1 — Contract Including Water, Sewer, Paving , and Storm Drainage 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00- General Conditions Last Revised 004100 BidTlef4n nn in T 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid44ei+d nn in T 00 45 12 Prequalification Statement 09/01/2015 00 45 26 1 Contractor Compliance with Workers' Compensation Law 04/02/2014 004540 Minefi4y Business EfAefpfise Goal n4 i�ro 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 8A7-288 4441-7 00 73 00 47 in n 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 nI— o 3I 4nPfejeet 07i01 2 i �z 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 6600 Product Storage and Handling Requirements 04/07/2014 01 7000 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 7423 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 nI 74 2- nni07 204- v-rro-z� v�vT2vz� nl�.9 04/07/2014 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 -Existing Conditions Modified m�13 cok-c4i.,o Site,r�ori u�; r NONE 0Z 41 14 Utility ReT TbanTPanent NONE 42-44- n..; Rome- I NONE Division 03 - Concrete 4_2_ g Cast rr plaeo r � NONE 4_2_� r terF IIo l r c Ma, e I irr SM) NONE 4�o G rer-ete Base T ate-ia for-T-eae , Repa4. NONE 93� M di foe t rs t &iisti r rer-ete Stf. etid es NONE Division 26-Electrical 2ti�o comm en Wefk Dos„Irs far-T,leet-iea NONE 2ti�o Lori I;�; r f Eleetr-ie,I c. s e NONE 2ti�4 Raeew and>?&ies f Eleetfiea c.4e NONE 2ti�3. Uader-gr-e ,ra P-uets andn.,.o..., s Fhllpe t__yi , I�� NONE Division 31 -Earthwork �,�o Site clear-ing NONE �,�6 rJrelassif4e E.,,..vftt;e NONE �'�3. Beff&w NONE �'�o NONE �,�o Erasion andSediment r rtfc NONE �'�o Cftyaie+F1 NONE �'�o R4pfap NONE Division 32-Exterior Improvements �''�T NONE �''�Q NONE �''�9 Gaiiefete Pffyiffg4Zepaif NONE 32—H-2-3 ,;I �iib ,gas Geti.ses NONE 32—H-29 hiffie T-fe.te ,B,.,,, Gatt.ses NONE 32—H-3-3 reffi iit T,.ea d, ,�,. e Gett.ses NONE �''�T NONE moo Asphalt Pffyiffg NONE ' � NONE ' NONE 'moo NONE ' -3 Gaiiefete Pffyiffg4&iiit Sealaiits NONE �''�o NONE ' NONE ' � NONE ' � NONE 32_311 rhaii Feii e �� NONE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 42,14� gar,-e Fenees and Gates NONE 4244� Weed Feaees ,rd r,� NONE 424�2 Cast i place G rer-ete Retains WAS NONE 42-944-9 Topsail Plaeom e t and Finishing eDPag&way& NONE 42 o2 44 14 d-a >v x,i�re v..coed;„ rd S dd;r NONE �� 42-9-3� Trees and SI...Am NONE Division 33 -Utilities 4� Sewer-and Manhole Testi+ NONE 4� ri sod r;,-e-E+4 Television i( r( rr Ir��o t; r NONE 4� Bypass P„t��isti Sewer-c. Mori NONE 4� joint a rd;r rd Tie t ; i I-S i-440a NONE 4� car-r- s r G rtF& Tort Stations NONE 4� >\1ag ff &iwa A r de G t edie n.,,teet; r System NONE 4� Tempe-af A14e. S o. NONE 4� Gleaning and Aeeeptanee Testing Pa14e >\r ;r� NONE 4� Gleans �se o, >\,r if NONE 4� Utiiity reaeh�lea- E4bed,r d Baekfii NONE z�rccc�cc�6xr Larvcmzr€i��cncraa xxa 4z NONE 4� iTame, Cover- and Grade Rings Cast ife+ NONE �� n� Cover-and Grad Go NONE 33 05 14 Valve and Ot4er- Stsaetidfes to NONE 4� r rer-ete Ala. e, v ,,i� NONE 4� r re fe. �ii.,-s NONE 2 2 NONE 4� T„rrel I;roe.Plate, NONE 4� Stool Cass Pipe NONE 4� Had T—w+ae r NONE 2 2�T bistallatiaii ef Gaffief Pipe iii Ca i Tuiiiiel hiiief Plate NONE 2 2�o NONE 2 2�o NONE 3-H-445 Bait, Nt t, ftd Gaskets NONE 3o NONE 3i NONE 33—H-4-2 NONE NONE 3-'�T NONE NONE 3342� Al tee S,,..,iee i eh to -2 iiieh NONE 3i NONE 3342� R eel.;,; i t Seated Gate A l I , NONE 3 � NONE 3 � NONE 3o NONE 3o NONE 3o Alatef Safftple Statiaiis NONE 3o NONE 3z NONE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 4� Fiber-glass n ein f-eea Pipe for-Grw t Sanitaf Se..e NONE 22 High Density Polyethylene(14PPE) Pipe for- C.,,-.itaf. Sewer- NONE 4� Polyvinyl Chloride (nvG) Grw t San4efy-Sewer-Pipe NONE Polyvinyl Chloride (P3,1G) Closed D- File Gr . t Samna, Sewer-��z NONE 4� sanitaf Sewer- Slip Liai+fgNONE 4� sanitaf Sewer-Pipe I~rlaf effw- NONE 4� Sanitaf Sewer- cef ; e rerreetio s and cef ; e Line NONE 4 o Air-Va, o f Sanitaf Sewer-,Free Mains NONE 4� Cast i nlaee rerer-ete>\,aff e� NONE 4� n.eeast rerer-ete>\,ran l NONE 4� Fiber-glass >\,a ff e� NONE 4� Wa&te.. �e eeess Gh,, be.(WAG) NONE 4� EPDXY r; S f r SaRitaf ce.. Stft etid.eS NONE 4� az irvrcca c vicTeto Ste z-rrSewe i-n re�C�a NONE 22 High Density Polyethylene(14PPE) Pipe for- Stafm Fh-.,;,f NONE 4� ueinf-eea Del. et lere (SRAE- � NONE 22 C„>� NONE 4� Slatted SteFn I-,,.a4 , NONE 4� T.ere p-aia NONE 4 - Cast i nlaee>\,rap eles and -unetio >?,,.,e& NONE 4� r bi, and Pr-&p rrle-& NONE 4� Stafm Dr-a re e ue.,dw lls era parr,,..,ll& NONE Division 34 - Transportation 44 4 I n Tr-Aie Signal's NONE 4 n n�4� 4-tt-ae I;-inn-eint A Gentr-ellep4Cebi+w4 NONE 4om 4 l n n ll Spva rrtt-& iae�t o �t�eae�'� e iccctiea NONE 44 l n n� n F �e on lva rrtt-& iae� rt�tlie cc�p iccc4ea NONE ^ i NONE NONE NONE 3^�-4no NONE ^moo NONE 3^^ ^�01 NONE 3^^ ^�0-2 Ffeeway LED Readway h NONE 3^^ ^�03 Resideiitial LED Readway httffiiiiaifes NONE �^moo A1ttffiiftttffi S NONE 34-74-4-3 T-faf;eGaiit.el NONE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.2ov/tpw/contractors/ Date Division 02 -Existing Conditions Modified m—41 13 cok-c4i.,o Site,r�ori u�; r 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 3000 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material(CLSM) 12/20/2012 4�o G rer-ete Base T ate-ia for-Tr-eaeh Repa4. 12/20/2012 93� M di f4eatiors t &iisti r rer-ete ct...,etid es 12/20/2012 Division 26-Electrical 2ti�o r ri.me We fk Dos„Irs far-T,leet-iea 11/22/2013 2ti�o r�ori u�; r f Eleet-iea c. s e 12/20/2012 2ti�4 Raee.., and>?&ies f T,leet,-iea c.4e 12/20/2012 2ti�_'� Uader-gr-e ,ra P-uets andn.,.o..., s Fhllpe t__yi..I�� 07/01/2011 Division 31 -Earthwork �,�o Site rig 12/20/2012 �i�6 TJrelassif4e E.,,..vftt:e 01/28/2013 44-23,23. Beff&w 01/28/2013 4-24-W 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 444�6� Cftyai0+F1 12/20/2012 31 3700 Ri ra 12/20/2012 Division 32-Exterior Improvements �''�T 12/20/2012 �''�Q 12/20/2012 �''�9 Gaiiefete Pffyiffg4Zepaif 12/20/2012 �''�3 Flee i ble Base r,.,,,.,es 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 3244--3-3 Ge iit T-fe t a Base G-.,uses 12/20/2012 �''�T 08/21/2015 �''�0 Asphalt Pffyiffg 12/20/2012 2 -3 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 �''�0 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings 11/22/2013 ' � 11/04/2013 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 2''� Chain Fenees�� 12/20/2012 2''�6 Wife Fenees and r, es 12/20/2012 2''�N Weed Fenee e„a rate 12/20/2012 3232 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 33-4- T-fees ^^a chPA3� 12/20/2012 Division 33 -Utilities 33 0130 Sewer and Manhole Testing 12/20/2012 33 0131 Closed Circuit Television(CCTV)Inspection 03/03/2016 22�o Bypass D,,,Y.p;,,g of Existing Sewer-Sys+e 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 22�z Magnesium Anode r,tl,, die Pr-eleelie,, System 12/20/2012 22�0 To,Y.,- e- W.,to,. Sefyie 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 A djusling Aii..nholos�r inlets, Valve �, a*d Other- Hfes t9 33 0512/20/2012 Gfade 22�o r,.,role W..to, V.,,lt& 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 0520 Auger Boring 12/20/2012 22�= T,,,,,,ol r Dla4e 12/20/2012 33 0522 Steel Casing Pipe 12/20/2012 2 2�3 Hand Tunfieliftg 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 2 20Mar-k-fs/heemefs12/20/2012 2 2�0heemieii12/20/2012 33 1105 Bolts,Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC)Pressure Pie 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 3344 i-5 02/14/2017 33 12 10 Water Services 1-inch to 2-inch 12/20/2012 334244 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 2 24z czT 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 2 4c✓v Gembiiimieii Aif Valve Assemblies fi3f Petable Wmef Syste 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow-off Valve Assembly 06/19/2013 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 4� Fiber-glass n ein f-eea Pipe f Grw t Sanitaf Se..e 12/20/2012 4� High Density Polyethylene(14PPE) Pipe f Sanitaf Sewer- 12/20/2012 33 3120 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 De l Chloride (PVC) Closed D- File Gr . t Samna, Sewer-��z l.. . 12/20/2012 4� sanitaf Sewer- Slip Liai+fg12/20/2012 4� sanitaf Sewer-Pipe Fi laf effw- 12/20/2012 33 3150 Sanitary Sewer Service Connections and Service Line 04/26/2013 4� re, i inatio Air-.Valve for- Sanitaf Sewer-For-.e M.;r& 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 3920 Precast Concrete Manholes 12/20/2012 22 Fiber-glass >\ aff e� 12/20/2012 33 3940 Wastewater Access Chamber(WAC) 12/20/2012 33 3960 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 4� High Density Polyethylene(14PPE) Pipe f Stafm rff. 12/20/2012 4� ueinf-eea Del. et lere (SRT-E 4pe 11/13/2015 4� c„>� 12/20/2012 4� Slatted SteFn I-,,.a4 , 07/01/2011 4� Trere pr-a r& 07/01/2011 3349 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 44 4 I n Tr-Aie Signal's 10/12/2015 4n n44� ntr-ellep ne4 12/18/2015 4 n�0-2 Att-aehmeat B eatr-eller- Speeifieati 02/2012 3^ ^�o-3 01/2012 �^7T-4444 11/22/2013 12/20/2012 11/22/2013 3^�-4no 11/22/2013 3^�-44-M 12/20/2012 3^ ^poi 06/15/2015 3^ ^poi Ffeeway LED Readway h 06/15/2015 4 ^�o3 Resideiitial LED Readway httffiiiiaifes 06/15/2015 3^�-4440 A1ttffiiftttffi S 11/12/2013 �^�4-3 TreFfie reN+Mel 11/22/2013 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix —4.01 ilabih4y=obaft& GC-4.02 Subsurface and Physical Conditions GG 4.04 Undefgf etmd Faeih4ies GG 4.06 14a went l Gefiditiefi at Site GG 6.07 Wage ates GG 6.24 Ne isefiimifiatien GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 NO LIGHTS_Unit Price DAP-Dm PROPOSAL Page 1 0f5 '.. SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-PA3W-B UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Unit of Specification Bid Unit Price Bid Value No, Measure Section No. Quantity UNIT I:WATER IMPROVEMENTS 41 3311.0261-8 DIP Water _ _ �LF� 3311 10 284��$64.00 18176.00 2 3311 0254 8 DIP Water,CLSM Backfill _LF^ 33 11 10 .^264, $74.00:......_._$19 536 00 3 3311 0261 8 PVC Water Plpe _ _ _ _LF, 3311 12 �4.805 $52,00 �$249,860 00 ^-4^ 3312 0001 Fire Hydrant _ _ T_ EA — 33 12 40 4�_$4 600.00 ____�18400.00 5 3311.0001 Ductile Iron Water Fittings w/Restraint TON 33 11 11-_ 3..09 __$9,000.00 �527,810.00 6 3312.6117 Connection to Existing d 12_Water Main EA 33 12 25 6 $2 000_00 $12�000.00 —.. _ __ ., . ,-,_ _._.. s _. ,. _ ,.., _ . ,_ 7 3312 2003 1'Water Service: Fes, 33 12 10 121 $1,100 00.,i$133 100 00 8 3312.2003 1"Water Service-Tap Existing Main Fes,T 33 12 10 6 __,$2 100,00 �$12,600.00 9 3312 3003 8 Gate Valve_— _ _ EA_ 33 1'2 20_. 16 1 600,00 $25 600A0 5 01 10 33009 Trench Safety _LF ,330510 _5,353 _._.__$1.00�$5,353.00 12 13 14 _ 15 --17— 18 19 20 21 TOTAL UNIT I:WATER IMPROVEMENTS $522,435.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Po.,Vcrsion May 22,2019 PA3 W-B_00 42 43_Did Pmposal_DAP.Asm NO LIGHTS-Unit Price DAP-KD PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-PA3W-B UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Unit of Specification Bid Unit Price Bid Value Description No. Measure Section No, Quantity UNIT It:SANITARY SEWER IMPROVEMENTS 3311 10, 1 3331.4115 8"Sewer Pipe LF 3331 12, 3331 20 3,039 $56.00 _$170.184.00, 34 11 10, 2 3331.4116 8"Sewer Pipe,CSS Backfill LF 3331 12, 3331 20 165 $66.00 _$10.2230.00 333910, 3 3339,1001 4'Manhole EA 33 39 20 16 $4 400.00 $70 4D0.00 __. ._.. _.. _�—_ _ 33 39 10 4 3339.1002 4'Drop Manhole 33 39 20 , 1. $6,400.00 $6,400,00 ` 5 3339.1003 4'Extra Depth Manhole VF 333910,333920 33910,333920 _ 133 $21500 $28 595=00 6_ 3339 0001 Epoxy Manhole Liner �VF 33 39 60 545 $425.00._ ,$231 626.00 7 3331 3101 4 Sewer Sernce EA 3331 50 85 $860.00 $72 250.00 _ 8 3305 0109 Trench SafetyInspection LF 33 05 10 3,.194 $1 00 $3 194 00 9 3301 0002 Post CCTV LF 330131 3,194 $4 00 $12 77fi 00 —. _. ...._r ..._..__3. __. 94 _.. i 10 3301 0101 Manhole Vacuum Testing _ EA 3301 30 16 $150.00 $2,400.00 11 9999 0001 8 Sewer Connection to Existing Plug EA 00 00 00 4 y_$1.500.00 $6 000 00 12 33D5 0107 Manhole Adjusment Mrnor EA 33 05 14 11 $2,OOD�00 _ $22�000 00 _13_ 9999 0010 Marihole Epoxy Repair EA 00 00 00 9 1 000 00 _$9 000,00 15 E 16 E17.�-. -... -.-. .. .... _.. i 18 € 19 20 21 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $6457054.00 r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFLCATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May22,2019 PA3W.B_004243 Bid Proposal 1DAP_,1a NO LIGHTS_Unit Price DAP-BID PROPOSAL Page 3 of5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-PA3W-B UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Unit of Specification Bid UnitPrice Bid Value Np, Measure ISection No. Quantity UNIT III:DRAINAGE IMPROVEMENTS 1 3341 0201 21 RCP Class III LF 3341 10 _310 $65,00 !$20150.00 2 3341.0205 24"RCP,Class III LF 3341 10 1,301 $7i5;,00�$97 575 00 _ ...,_..,_.. ,. ., a -r.-, _ .. _.,_,_..... ___.v_�_ 3 3341.0302 30 RCP,Class III LF 33 41 10 88 $90.00 $,7,920,00 4 3341.0309 36 RCP Class III LF 3341 10 717 $125 00 $89 625.00 5 3341 0402 42 RCP,Class III u�LF 3341 10 92 _$155 00 _$14_?60 00 6 3341 0409 48 RCP,Class III LF 3341 10 201 �.$190 00 �$38,190.00 7 3349.0001 4'Storm Junction Box —FA_ 33 49 10 ___8_$6.500d0 $52,000,00 8 3349.0002 5'Storm Junction Box EA 33 49 10 _ 3,$9,500 00 _$28 500._00 9 3349 3010 42"Flared Headwall I pipe M ._ _ EA _ 33 49 40 _-__1 $6 000 00 10 33 5001 10 Curb Inlet EA 33 49 20 __2 $4,000 00 $8 000 00 — 49 11 3349 5002 15 Curb Inlet EA 33 49 20R r 10-_ _$5 400 0054 000.00 y12_ 3349 5003 20 Curb,Inlet _ _ _ EA 33 49 20 2 _$6.0000.00 __$12 OD0.00 13 3137 0104 Medium Stone Riprapi dry ^� _SYi 31 37 00 39 $105.00,�—$4,095.00 14 3305 0109 Trench Safety a LF 33 05 10 2,709 $1.00 _-$2 709 00 —15_ 9999 0002 Factory Storm Wye Connection `EA— 00 00 00 5 T$500.00 $2,500 00 _16 3301 0002 Post CCTV Inspection LF Y33 01 31 2,709 $3A0 $8 127.00 17 I 19^ j 20 I TOTAL UNIT III:DRAINA, fEMENIS1 $445,651.00 i I i E I I I: I I I: CITY OF FORT M'OATH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Pmm Version May 22.2019 PA3W-B_00 42 43_Bid Pmposal_DAP.�dsm NO LIGHTS_Unit Price DAP-BID PROPOSAL Pagc 4 oT5 '.. SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-PA3W-B UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Unit of Specification Bid No. Description Measure I Section No. Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 3213.0101 6"Conc Pvmt �SY� 3213 13 �18,653 $44.50 �$830058 50 2 3211.0501 6"Lime Treatment aSY z32 11 29 —19,948 $3.50 $69 818.00 �3 3211 0400 Hydrated Lime(6 Pave @ 36 Ihslsy) _7N_ 3211 29 �359.1 a$210.00. _,$7541100 _4_ 3213.0302 5"Conc Sidewalk- _ SF 32 13 20 _908 $4.75 ___$4 313i00 5 3213 0501 Barrier Free Ramp Type R 1 .T _ v EA �� {321320 16 _ y1 900.00 .�_$3D 400 00 9999 0003 Furnish/Install Walsh Ranch Style Sign Post 6 EA&Foundation w/Regulatory Sign&Name Blades 000000 8 $1,700 00. ,.$13�600.00 9999.0004 Furnish/install Walsh Ranch Style Sign Post I 7 EA&Foundation w/Name Blades 000000 1 $1 300 00 _v$1 300.00 8 2605 3031 4 CONDT PVC SCH 40(T) _ _ LF^ 26 05 33 �255 __ $32 00 $8160 00 i 9�9999 0008 Modified T101 Tra�c.Raiing LF 00.00 00 100 $160a00 $16 000 00 10 3292 0100 Block Sod Placement— _ _SY� 32 92 13 $1 03.2.00 3291.1000 Topsoil CY 3291 19 , 22 $28e00 _ $616a 00 13 14 E 15 16 17 18 i 19 20 TOTAL UNIT IV:PAVING IMPROVEMENTS $1,050,708.50 [i C CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May22,2019 PA3W-A 004243_Bid Pmposal_DAP.,bm NO LIGHTS—Unit Price DAP-AID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-PA3W-B UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bdlist Item Unit of Specification Bid No. Description Measure Section No. Quantity Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $522,435.00 UNIT II:SANITARY SEWER IMPROVEMENTS �$645,054.00 UNIT III:DRAINAGE IMPROVEMENTS $445,651.00 UNIT IV:PAVING IMPROVEMENTS $1,050,708.50 Total Construction Bid $2,663,848.50 This Bid is submitted by the entity named below: BIDDER: BY:BROCK F LIGGINS CONATSER CONSTRUCTION TX,L.P. 5327 WICHITA Sr. TITLE:Prei ent FORT WORTH.TX 76119 DATE: 7-20-2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 120 "`working days after the date when the CONTRACT commences to run as provided in the General Conditions. I r END OF SECTION i f I I' I I' CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version May 22,2019 PA3W-A 00 42 43_Bid Pmposot_DAP.Asm 0045 12 DAP PREQUALIFICATION STATEMENT '.. Page 1 of 1 SECTION 00 4512 DAP—PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed.In the"Major Work Type"box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Water Distribution, 10/31/2022 Development, 12-inch diameter Conatser Construction TX,L.P. or smaller Sewer Collection System, 10/31/2022 Development, 12-inches and Conatser Construction TX,L.P. smaller Manhole/Structure Interior 10/31/2022 Lining-Warren or Chesterton Conatser Construction TX,L.P. Coating Storm Drain Improvements Conatser Construction TX,L.P 10/31/2022 i Concrete Pavin Im rovements Conatser Construction TX,L.P 01/03/2023 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. I BIDDER: I Conatser Construction TX L.P. BY:Brock Huggins 5327 Wichita St. i Fort Worth,TX 76119 Signature) TITLE: President DATE: F END OF SECTION E CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT—DEVELOPER AWARDED PROJECTS 00 4512_Prequall(Ication Statement 2015_DAP.docx Form Version September 1,2015 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406,096(a),as amended,Contractor certifies that it provides 4 worker's compensation insurance coverage for all of its employees employed on City Project No. 5 104054 Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b), as 6 amended,it will provide to City its subcontractor's certificates of compliance with worker's 7 compensation coverage. 8 9 CONTRACTOR: i 10 11 Conatser Construction TX L.P. By:Brock Huggins 12 Company (Please Print) 13 14 5327 Wichita St. Signature: 15 Address 16 17 Fort Worth TX 76119 Title:President 18 City/State/Zip (Please Print) I ( 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TAR.RANT § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26i'OC.K rt I�$ ,known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of Pre-s I C1 al t for the purposes and consideration 29 therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of I 32 20V, 33 34 35KATRERINE ROSE �'l 36 =°`P NOTARY PUBLIC Notary Public in and for the State of Texas *: * ID#133467933 37 _' Slate ofTexas '' +' Comm.Erp.11-30-2025 38 END OF SECTION 39 40 41 42 43 44 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 Revised April 2,2014 00 52 43-1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 9/2 6/2 0 2 2 is made by and between the Developer, QUAIL 4 VALLEY DEVCO VLO LLC., authorized to do business in Texas ("Developer") , and Conatser 5 Construction TX,L.P. ,authorized to do business in Texas,acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) 16 City Project No.:104054 i s 17 Article 3.CONTRACT TIME 18 3.1 Time is of the essence. I 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract I 20 Documents are of the essence to this Contract. s 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 120 working days after the date E' 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. E 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 t 28 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 29 City Conditions of the Construction Contract for Developer Awarded Projects. The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a legal 31 proceeding the actual loss suffered by the Developer if the Work is not completed on time. 32 Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated 33 damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand 34 Dollars ($1000.00) for each day that expires after the time specified in Paragraph 3.2 for 35 Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4.CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Two Million Six Hundred Sixty Three Thousand Eight 39 Hundred FortV Eight Dollars and Fifty Cents($2,663,848.501. 40 Article S.CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents(project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond(DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form(If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. i 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, if 0 61 not attached, as incorporated by reference and described in the Table of Contents of j 62 the Project's Contract Documents. 63 6. Drawings, 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the € 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. letter of Final Acceptance. 72 73 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PAM-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 r I 005243-3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6.INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense,the city,its officers, servants and employees,from and against any and all claims 77 arising out of, or alleged to arise out of, the work and services to be performed by the 78 contractor, its officers, agents, employees, subcontractors, licenses or invitees under this 79 contract.This indemnification provision is specifically intended to operate and be effective 80 even if it is alleged or proven that all or some of the damages being sought were caused,in 81 whole or in part, by anv act,omission or negligence of the city.This indemnity provision is 82 intended to include, without limitation, indemnity for costs, expenses and legal fees 83 incurred by the city in defending against such claims and causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the 86 city, its officers, servants and employees, from and against any and all loss, damage or 87 destruction of property of the city, arising out of, or alleged to arise out of, the work and 88 services to be performed by the contractor, its officers,agents,employees,subcontractors, 89 licensees or invitees under this contract. This indemnification provision is specifically 90 intended to operate and be effective even if it is alleged or proven that all or some of the 91 damages being sought were caused, in whole or in part, by any act,omission or negligence 92 of the city. 93 i 94 Article 7.MISCELLANEOUS 95 7.1 Terms. I j 96 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 97 Construction Contract for Developer Awarded Projects. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the Developer. 101 7.3 Successors and Assigns. 102 Developer and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 obligations contained in the Contract Documents. I 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon DEVELOPER and 109 CONTRACTOR. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 00 52 43-4 Developer Awarded Project Agreement Page 4 of 4 110 7.5 Governing Law and Venue. 111 This Agreement,including all of the Contract Documents is performable in the State of Texas. 112 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern 113 District of Texas, Fort Worth Division. 114 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 117 signatory of the Contractor. 118 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 122 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 123 Contractor: Developer: Conatser Construction TX, L.P. Quail Valley Devco VLO, LLC 19 i i By: By: (Sig re) (Signature) 1 Brock Huggins ° (Printed Name) (Prin ed Name) Title:President Title: Company Name: Conatser Construction TX, L.P. Company name:Quail Valley Devco VLO,LLC Address: Address: S327 Wichita St. 400 S. Record St.,Suite 1200 I i City/State/Zip:Fort Worth,TX 76119 City/State/Zip:,Dallas TX,75202 9/26/2022 9/26/2022 Date Date 124 126 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PABW-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 00 61 25-1 CERTIFICATE OF INSURANCE Page 1 of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 i 16 4 i 17 I 18 19 I i 20 21 22 23 24 END OF SECTION E CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 Revised July 1,2011 / ® Bond No. 0247474 Ix)6213-1 1',RFr)RMANCI:BOND Page i of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW:ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we. �Conatser Construction TX. L.P. known as"Principal"herein and 8 _Bcrk,1q_1<_n�urance Comp nv- a corporate suretv(sureties, if more than 9 one)duly authorized to do business in the State of Texas. known as-Surety-herein(whether one 10 or more).are held and firmly bound unto the Developer,Quail Valley Deveo VLO. LLC., 11 authorized to do business in Texas("Developer")and the Cite of Fort Worth.a Texas municipal 12 corporation("City''), in the penal sum of,Two Million Six Hundred Sixty Three Thousand Eitlht 13 l-lundred Forty Eicht Dollars and Fifty Cents($I.663.9 48.50),lawful money of the united States, 14 to be paid in Fort Worth.Tarrant County.Texas for the payment of which sum well and truly to 15 be made jointly Unto the Developer and the City as dual obligees,we bind ourselves. our heirs. 16 executors. administrators,successors and assigns.jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of t3 community facilities in the City of Fort Worth by and through a CominunitN Facilities 19 Agreement.CFA Number CFA22-0068 and 20 WHEREAS.the Principal has entered into a certain written contract with the Developer awarded 21 the Z6 day of SL,,i(t,,,—I! 20 2z which Contract is hereby referred to and made a 22 part hereof for all p rii poses as if fully set forth herein. to furnish all materials,. equipment labor 23 and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders. as provided for in said Contract designated as IPRC22-0065-Walsh Ranch-f uail Valley- 25 Planninw Area 3 West-Phase B(PA3W-B). r 26 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in ail respects duly and E 28 faithfully perform the Work..including;Change Orders, under the Contract, according to the plans, 29 specifications,and contract documents therein referred to,and as well during any period of I 30 extension of the Contract that may be granted on the part of the Developer and/or Cit).then this 31 obligation shall be and become null and void..otherwise to remain in full force and effect. 32 PROVIDED FURTHER,that if any legal action be filed on this Bond.venue shall lie in 33 Tarrant Count\-.Texas or the United States District Court for the Northern District of Texas. Fort 34 Worth Division. E Carl'OF FOR1 WORTH V4'afsh Ranch-QUail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD C(T)'C'(')ND1TIO.N'S—DEVIi[Lc7PER AWARDED PRQJGC'rS City FrtijectNo. W4054 Reused January 3 t_21112 j' k i l 1; 00h213-2 PL'RFORMANCL BOND Page,.of 2 I This bond is made and executed in compliance a ith the provisions of Chapter 2253 of the 2 Texas Government Code.as amended.and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the Z6 day of 6 — .bar 20 2Z 7 PRINCIPAL: 8 Conatser Construction T4 L.P. 9 1(1 � 11 BY- 12 Signature 13 ATTEST: 14 15 Brock Huggins.President 16 (Principal)Secreta :name and Title 17 18 .address: S327 Wichita St. 19 __Fort Worth.TX 76 1 19 E 21 22 Witness as to Principal 23 SURETY: 24 BerkleInsurance Companp __ 26 27 i 28 Signature [ 30 Robbi Morales,Attorne -in-fact 31 Name and Title 32 (, 13 Address:_5_005_BI Freeway,Suite 1500 34 Dallas,TX 7524436 3S "-J_Zv 40---Z 37 "Y'ss as to Surety- Telephone Number:_ 2141989-0000 38 39 40 *Note: If signed by an officer of the Suret% Company,there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation, If 42 Surety's physical address is different from its mailing address,bath must be provided. 43 44 The date of the bond shall not be prior to the date the Contract is awarded. CITY tit,FORTWORTII Walsh Ranch-Quail Palley-Planning Area 3 west-Phase B(PA3W-B) S'1:1Vhr1RU C1'1"\'CC)�iDl1'IO\`S—[7tiVL`Lt7P1.R AU'ARDIA)PROJI:CTS C'it/ Prule14o 104054 Resiwd Junuan 3I.Zo12 Bond No. 0247474 006214-1 PAYMENTBOND Page 1 of 3 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX L.P. known as "Principal' herein, and 8 Berkley Insurance Company , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, qgg 11 Valley Devco VLO, LLC,, authorized to do business in Texas "(Developer"), and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of Two Million Six Hundred 13 SixtV Three Thousand Eight Hundred Forty Eight Dollars and Fifty Cents ($2,663,848.50), lawful 14 money of the United States,to be paid in Fort Worth,Tarrant County,Texas,for the payment of 15 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 17 severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of i 19 community facilities in the City of Fort Worth, by and through a Community Facilities i 20 Agreement,CFA Number CFA22-0068 and I 21 WHEREAS,Principal has entered into a certain written Contract with Developer, 22 awarded the ZG day of SPoof�.h ,20_Z_L,which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all 24 materials,equipment, labor and other accessories as defined by law,in the prosecution of the 25 Work as provided for in said Contract and designated as IPRC22-0065-Walsh Ranch-Quail Valley- 26 Planning Area 3 West-Phase B (PAM-8). i 27 NOW,THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 28 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of CITY Or FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITION5—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised January 31,2012 006214-2 PAYMENT BOND Page 2 of 3 1 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 2 then this obligation shall be and become null and void; otherwise to remain in full force and 3 effect. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of 5 the Texas Government Code, as amended, and a)I liabilities on this bond shall be determined in 6 accordance with the provisions of said statute. 7 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the—a day of 9 J ,20 2Z . 10 PRINCIPAL: Conatser Construction TX L.P. i ATTEST: BY: Signature i I I I , aa,r Brock Huggins,President (Principal)Secretary Name and Title Address: 5327 Wichita St i Fort Worth TX 76119 i Witness as to Principal i E' I' CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W8) i i STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised January31,2012 006214-3 PAYMENT60ND Page 3 of 3 SURETY: Berkley Insurance Company ATTEST: BY: Signature Robbi Morales,Attorne}t-in-fact (Surety)Secretary Name and Title Address: _5005 LBj Freeway,Suite 1500 Dallas,TX 75244 v Witness as to Surety Telephone Number: 214/989-0000 1 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation, If Surety's physical E 4 address is different from its mailing address, both must be provided, i 5 f t I 6 The date of the bond shall not be prior to the date the Contract is awarded. i 7 END OF SECTION E S CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase a(PA3W-8) [' STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised January31,2012 i I i r I' Bond No.0247474 0062 19-1 MAINTENAty T BOND Page I of 3 1 SECTION 00 62 19 '- MAINTENANCE BOND 4 THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That Ave- Conatser Construction TX. L.P.— ,known as"Principal"herein and 8 Berkley Insurance Coznpany� a corporate surety(sureties. if more than 4 one)dilly authorized to do business in the State of Texas, known as"Surety"herein(whether one 10 or more), are held and firiniv bound unto the Developer. )nail Valley Devco_VLO. LLC.. I 1 authorized to do business in Texas("Developer')and the Cite of Fort Worth,a Texas municipal 12 corporation("City"). in the sure of TAAo Million Six Hundred Sixty Three Thousand Eieht 13 Hundred Forty Eivht Dollars and Fiftv Cents($2,663.848.50),lawful money of the United States, 14 to be paid in Fort Worth.Tarrant County.Texas,for payment of which sum nvell and truly be 15 made jointly unto the Developer and the City as dual obligees and their successors.Ave bind 16 ourselves.our heirs. executors,administrators.successors and assigns.jointl\ and severally, 17 tirml� by these presents. 18 19 WHEREAS. Developer and City have entered into an Agreement for the construction of _'o community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement.CFA Number CFA22-0068 and i E i 22 WHEREAS,the Principal has entered into a certain written contract Avith the Developer awarded 23 the ZG day of St I- �_.._ ��v ,20 Z-L. which Contract is hereby _ I 24 referred to and a ma e part hereof for all purposes as if fully set forth herein. to burnish all 25 materials,equipment labor and other accessories as defined by laiv.in the prosecution of the 26 Work.including any Work resulting from a duly authorized Change Order(collectively herein, 27 the"Work")as provided for in said Contract and designated as IPRC22-0065-Walsh Ranch-Quail 28 Valley-Planning Area-3 West-Phase B iPA3 W-B). 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 1' 31 accordance with the plans,specifications and Contract Documents that the Work is and N%ill 3? remain free from defects in materials or workmanship for and during the period of two(2)years i 33 afier the date of Final Acceptance of the Work by the Citv("Maintenance Period*'); and 34 I t CITY OV rORT WORTH Walsh Ranch-Quail Valle,,-Planning Area 3 Wes(-Phm se B(PA3W-B) SI'ANDARDCITYCONDIIIONS—DINLIOPPR AWARDED PROJEC'1S City PrgiectNo I(r1054 Resised Januan 31 3012 006219-2 MINTENANCH BOND Page 2 or3 1 WHEREAS. Principal binds itself to repair or reconstruct the Work in m hole or in part upon receiving notice from the Developer and/or City of the need thereof at an) time within the 3 Maintenance Period. 4 5 NOW THEREFORE.the condition of this obligation is such that if Principal shall 6 remedy any defective Work.for which timely notice was provided by Developer or City.to a 7 completion satisfactory to the City. then this obligation shall become null and void: otherwise to 8 remain in full force and effect. 10 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 1 1 noticed defective Work,it.is agreed that the Developer or City may cause any and all such 13 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond:and 14 l5 PROVIDED FURTHER,that ii'any legal action be filed on this Bond. venue shall lie in 16 'Tarrant County,Texas or the United States District Court for the Northern District of Texas. Fort 17 Worth Division: and i'8 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 30 successive recoveries may he had hereon for successive breaches. ?1 i 22 I 23 i i I E l l l I i i [l. CrrY OF 1`010 W OR 111 Walsh Rancll-Quall 1`alley-Planning Area 3 West-Pha e 13(PA3W-13) S FANDARD CITY CONDITIONS—DEVELOPt:R AkbARDL'D PROIF("I:S Ci1\ Pr(ieet No 104054 'i Re%ised January 31,=012 r 00 62 19-3 MAINTENANCE BOND Page or 1 1N WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and oflicers on this the y__ 2-4 day of 4 5 PRINCIPAL.: 6 Conatser Construction TX L.P. 7 .— 9 � 10 Sienature� ov II ATTEST: 1? 13 r, °_ _ _ Brock Hue!yins.President _ 14 Name and Title l-5 16 Address: 5327 Wichita St. 17 Fort Worth.T\76119 _. 18 20 Witness as to Principal i SURETY: '? Berkley Insurance Company - 23 24 25 26 Signature 27 28 ,R_obb__i Morales,Attorney-in-fact 29 ATTEST: Name and Title 30 _�,��y`�/}t'L .,ter — Address 5005 LBJ,Freew,Suite 1500 2 (Suret )Secretary —"as.TX z 44 3s _ 34 35 it Bess as to Suret} : Telephone Number:_21A/ag9-OOQ0 36 37 'xNote: If siLsned by an officer of the Surety Company.. there mast be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If ! 39 Surety's physical address is different from its mailing address. both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. i 42 i E i CITY OF FORT WORTH Wrilsh Ranch-(Quail Valle\-Planning Area 3 West-Phase 13(IIA3N'-I3) STANDART)CITY C't)vD1T'1()NS—DJ:%1Et.()pEj.tu'AR)E:D PRt)Jt:r1 S C'iq P%ject 40.104054 Re%)sed Januan-11.201'_ i i I E C STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 —Definitions and Terminology........................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................5 Article2 —Preliminary Matters.........................................................................................................................6 2.01 Before Starting Construction.........................................................................................................6 2.02 Preconstruction Conference..........................................................................................................6 2.03 Public Meeting..............................................................................................................................6 Article 3 —Contract Documents and Amending...............................................................................................6 3.01 Reference Standards......................................................................................................................6 3.02 Amending and Supplementing Contract Documents...................................................................6 Article4—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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 5.18 Indemnification...........................................................................................................................24 5.19 Delegation of Professional Design Services...............................................................................24 5.20 Right to Audit:.............................................................................................................................25 5.21 Nondiscrimination.......................................................................................................................25 Article6— Other Work at the Site...................................................................................................................26 6.01 Related Work at Site...................................................................................................................26 Article 7—City's Responsibilities. .................................................................................................................26 7.01 Inspections, Tests, and Approvals...................................................................................................26 7.02 Limitations on City's Responsibilities........................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8 —City's Observation Status During Construction............................................................................27 8.01 City's Project Representative......................................................................................................27 8.02 Authorized Variations in Work...................................................................................................27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed..........................................................................................28 Article9 —Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work................................................................................................28 9.02 Notification to Surety..................................................................................................................28 Article 10—Change of Contract Price; Change of Contract Time.................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Article 11 — Tests and Inspections; Correction, Removal or Acceptance ofDefective Work.......................29 11.01 Notice of Defects ........................................................................................................................29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections ..................................................................................................................29 11.04 Uncovering Work.................................................................................................................. 30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work ............................................................................ 30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work.............................................................................................31 Article12—Completion..................................................................................................................................32 1201 Contractor's Warranty of Title....................................................................................................32 1202 Partial Utilization........................................................................................................................32 1203 Final Inspection...........................................................................................................................32 1204 Final Acceptance.........................................................................................................................33 Article13 — Suspension of Work.....................................................................................................................33 13.01 City May Suspend Work.............................................................................................................33 Article14—Miscellaneous..............................................................................................................................34 14.01 Giving Notice..............................................................................................................................34 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 14.02 Computation of Times................................................................................................................34 14.03 Cumulative Remedies.................................................................................................................34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE I —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 orforms. 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 recordedplat. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table(if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit i. MWBE Commitment Form(If required by City) k. General Conditions 1. 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 Proj ect'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 notContract 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof,fully, entirely, and in conformance with the Contract Documents. 17. General Requirements A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non Participating Change Order A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of theAgreement. 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 theAgreement. 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 ContractDocuments. 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 theProject. 28. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the ContractDocuments. 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.in. and 6 p.in. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform,Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2—PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3— CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the followingways: 1. A Field Order; CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal(subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4—BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates oflnsurance 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease -policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three(3)years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 eachoccurrence 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 "Y', "C", and 'lull 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 beliable. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident/ 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None b. Each Occurrence: : None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repairwork 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: I. for beyond Regular Working Hours request must be made by noon at least two (2)Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services,Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements)proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made byparticipating 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2 Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City,in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No"or-equal" or substitute will be ordered,installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification ofBidders (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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ® Required for this Contract. ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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 llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i)the name and CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shallbe 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 OtherAreas: 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-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of35 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 theDamage 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 againstCity. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of35 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 ContractDocuments. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of35 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 causedby: 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-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THI 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 ofactions. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of35 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of35 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 ContractDocuments. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of35 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 anticipatedproj ect. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of35 ARTICLE I I —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 maybe rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed anegative result and require a retest. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12— COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4 affidavits of payments and complete and legally effective releases or waivers (satisfactory to City)of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6 Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13— SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 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 of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 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-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 01 11 00-1 DAP SUMMARY OF WORK Page 1 of 3 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No 104054 Revised December 20,2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns,fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No 104054 Revised December 20,2012 01 11 00-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No 104054 Revised December 20,2012 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 SECTION 0125 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 criteriaor 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 maybe 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution,including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product,including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion,acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 012500-4 DAP 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 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 0131 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. 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 cc. 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013119-3 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 01 32 33-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013233-2 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-1 DAP SUBMITTALS Page 1 of 8 SECTION 0133 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 thetime 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 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 Sectionnumber. c. Last use a letter,A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples,including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria,materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 1 linches. 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limitedto: 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 Proj ect. 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 limitedto: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabricationprocesses, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include,but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit aP.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-8 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 0135 13-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. [Coordination with North Central Texas Council of Governments Clean 19 Construction Specification[remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the 24 Contract 25 2. Division 1 —General Requirements 26 3. Section 33 12 25 —Connection to Existing Water Mains 27 28 1.2 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification,unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 34 High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG)— Clean Construction 36 Specification 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 1. When work in the right-of-way which is under the jurisdiction of the Texas 2 Department of Transportation(TxDOT): 3 a. Notify the Texas Department of Transportation prior to commencing any work 4 therein in accordance with the provisions of the permit 5 b. All work performed in the TxDOT right-of-way shall be performed in 6 compliance with and subject to approval from the Texas Department of 7 Transportation 8 B. Work near High Voltage Lines 9 1. Regulatory Requirements 10 a. All Work near High Voltage Lines (more than 600 volts measured between 11 conductors or between a conductor and the ground) shall be in accordance with 12 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 13 2. Warning sign 14 a. Provide sign of sufficient size meeting all OSHA requirements. 15 3. Equipment operating within 10 feet of high voltage lines will require the following 16 safety features 17 a. Insulating cage-type of guard about the boom or arm 18 b. Insulator links on the lift hook connections for back hoes or dippers 19 c. Equipment must meet the safety requirements as set forth by OSHA and the 20 safety requirements of the owner of the high voltage lines 21 4. Work within 6 feet of high voltage electric lines 22 a. Notification shall be given to: 23 1) The power company(example: ONCOR) 24 a) Maintain an accurate log of all such calls to power company and record 25 action taken in each case. 26 b. Coordination with power company 27 1) After notification coordinate with the power company to: 28 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 29 lower the lines 30 c. No personnel may work within 6 feet of a high voltage line before the above 31 requirements have been met. 32 C. Confined Space Entry Program 33 1. Provide and follow approved Confined Space Entry Program in accordance with 34 OSHA requirements. 35 2. Confined Spaces include: 36 a. Manholes 37 b. All other confined spaces in accordance with OSHA's Permit Required for 38 Confined Spaces 39 D. Use of Explosives, Drop Weight, Etc. 40 1. When Contract Documents permit on the project the following will apply: 41 a. Public Notification 42 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 43 prior to commencing. 44 2) Minimum 24 hour public notification in accordance with Section 01 31 13 45 E. Water Department Coordination CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 0135 13-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate,for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The 23 notice shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013513-4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 H. Coordination with United States Army Corps of Engineers (USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. 23 L Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required,meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 J. Dust Control 39 1. Use acceptable measures to control dust at the Site. 40 a. If water is used to control dust, capture and properly dispose of waste water. 41 b. If wet saw cutting is performed, capture and properly dispose of slurry. 42 K. Employee Parking 43 1. Provide parking for employees at locations approved by the City. 44 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 45 Construction Specification [if required for the project] CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 13 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013513-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 104054 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 Fob WorTx, Date: DOE NO.XXXX Pnoieet Msme: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 -- 4 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B (PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 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. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V.Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 01 5000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 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 orauthorities 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion ofWork. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration ofthe 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 01 5526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 57 13-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 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 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid.No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent:NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Integrated Storm Management(iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 57 13-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send I copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 57 13-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION 0160 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: httns://anus.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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 1 D.V.Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 016600-2 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 ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-2 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Emergency Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Requirements for construction staking and construction survey 7 B.Deviations from this City of Fort Worth Standard Specification 8 1. See Changes(Highlighted in Yellow). 9 C.Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A.Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this Item are 19 subsidiary to the various Items bid and no other compensation will 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 Item are 25 subsidiary to the various Items bid and no other compensation will be allowed. 26 3. As-Built Survey 27 a. Measurement 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this Item are 31 subsidiary to the various Items bid and no other compensation will be allowed. 32 33 34 35 36 37 38 1.3 REFERENCES 39 A.Definitions CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 1. Construction Survey-The survey measurements made prior to or while construction is in 2 progress to control elevation,horizontal position, dimensions and configuration of 3 structures/improvements included in the Project Drawings. 4 2. As-built Survey—The measurements made after the construction of the improvement 5 features are complete to provide position coordinates for the features of a project. 6 3. Construction Staking—The placement of stakes and markings to provide offsets and 7 elevations to cut and fill in order to locate on the ground the designed 8 structures/improvements included in the Project Drawings. Construction staking shall 9 include staking easements and/or right of way if indicated on the plans. 10 4. Survey"Field Checks"—Measurements made after construction staking is completed and 11 before construction work begins to ensure that structures marked on the ground are 12 accurately located per Project Drawings. 13 B.Technical References 14 1. City of Fort Worth—Construction Staking Standards (available on City's Buzzsaw website) 15 — 01 71 23.16.01_Attachment A Survey Staking Standards 16 2. City of Fort Worth- Standard Survey Data Collector Library(fxl) files (available on City's 17 Buzzsaw website). 18 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 19 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 20 Surveying in the State of Texas,Category 5 21 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 24 (qualifications based selection) for this project. 25 1.5 SUBMITTALS 26 A.Submittals, if required, shall be in accordance with Section 01 33 00. 27 B.All submittals shall be received and reviewed by the City prior to delivery of work. 28 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 29 A.Field Quality Control Submittals 30 1. Documentation verifying accuracy of field engineering work, including coordinate 31 conversions if plans do not indicate grid or ground coordinates. 32 2. Submit"Cut-Sheets"conforming to the standard template provided by the City(refer to 01 33 71 23.16.01 —Attachment A— Survey Staking Standards). 34 35 1.7 CLOSEOUT SUBMITTALS 36 B. As-built Redline Drawing Submittal 37 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 38 constructed improvements signed and sealed by Registered Professional Land Surveyor 39 (RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A— Survey Staking 40 Standards) . CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one 2 (1)week prior to scheduling the project final inspection for City review and comment. 3 Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to 4 the City prior to scheduling the construction final inspection. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A.Construction Staking 8 1. Construction staking will be performed by the Contractor. 9 2. Coordination 10 a. Contact City and Developer's Project Representative at least one week in advance 11 notifying the City of when Construction Staking is scheduled. 12 b. It is the Contractor's responsibility to coordinate staking such that construction 13 activities are not delayed or negatively impacted. 14 3. General 15 a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or 16 Developer's Project Representative are required to re-stake for any reason,the 17 Contractor will be responsible for costs to perform staking. If in the opinion of the 18 City, a sufficient number of stakes or markings have been lost, destroyed disturbed or 19 omitted that the contracted Work cannot take place then the Contractor will be required 20 to stake or re-stake the deficient areas. 21 B.Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that horizontal and vertical control data established in the design 25 survey and required for construction survey is available and in place. 26 3. General 27 a. Construction survey will be performed in order to construct the work shown on the 28 Construction Drawings and specified in the Contract Documents. 29 b. For construction methods other than open cut,the Contractor shall perform 30 construction survey and verify control data including,but not limited to,the following: 31 1) Verification that established benchmarks and control are accurate. 32 2) Use of Benchmarks to furnish and maintain all reference lines and grades for 33 tunneling. 34 3) Use of line and grades to establish the location of the pipe. 35 4) Submit to the City copies of field notes used to establish all lines and grades, if 36 requested, and allow the City to check guidance system setup prior to beginning each 37 tunneling drive. 38 5) Provide access for the City, if requested,to verify the guidance system and the line 39 and grade of the carrier pipe. 40 6) The Contractor remains fully responsible for the accuracy of the work and 41 correction of it, as required. 42 7) Monitor line and grade continuously during construction. 43 8) Record deviation with respect to design line and grade once at each pipe joint and 44 submit daily records to the City. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 2 05 23 and/or 33 05 24), immediately notify the City and correct the installation in 3 accordance with the Contract Documents. 4 C. As-Built Survey 5 1. Required As-Built Survey will be performed by the Contractor. 6 2. Coordination 7 a. Contractor is to coordinate with City to confirm which features require as-built 8 surveying. 9 b. It is the Contractor's responsibility to coordinate the as-built survey and required 10 measurements for items that are to be buried such that construction activities are not 11 delayed or negatively impacted. 12 c. For sewer mains and water mains 12" and under in diameter, it is acceptable to 13 physically measure depth and mark the location during the progress of construction and 14 take as-built survey after the facility has been buried. The Contractor is responsible for 15 the quality control needed to ensure accuracy. 16 3. General 17 a. The Contractor shall provide as-built survey including the elevation and location(and 18 provide written documentation to the City) of construction features during the 19 progress of the construction including the following: 20 1) Water Lines 21 a) Top of pipe elevations and coordinates for waterlines at the following locations: 22 (1) Minimum every 25O linear feet, including 23 (2) Horizontal and vertical points of inflection, curvature, etc. 24 (3) Fire line tee 25 (4) Plugs, stub-outs, dead-end lines 26 (5) Casing pipe(each end) and all buried fittings 27 2) Sanitary Sewer 28 a) Top of pipe elevations and coordinates for force mains and siphon sanitary 29 sewer lines(non-gravity facilities) at the following locations: 30 (1) Minimum every 25O linear feet and any buried fittings 31 (2) Horizontal and vertical points of inflection, curvature, etc. 32 3) Stormwater—Not Applicable 33 b. The Contractor shall provide as-built survey including the elevation and location(and 34 provide written documentation to the City) of construction features after the 35 construction is completed including the following: 36 1) Manholes 37 a) Rim and flowline elevations and coordinates for each manhole 38 2) Water Lines 39 a) Cathodic protection test stations 40 b) Sampling stations 41 c) Meter boxes/vaults(All sizes) 42 d) Fire hydrants 43 e) Valves(gate,butterfly, etc.) 44 f) Air Release valves(Manhole rim and vent pipe) 45 g) Blow off valves(Manhole rim and valve lid) 46 h) Pressure plane valves 47 i)Underground Vaults 48 (1) Rim and flowline elevations and coordinates for each 49 Underground Vault. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 3) Sanitary Sewer 2 a) Cleanouts 3 (1) Rim and flowline elevations and coordinates for each 4 b) Manholes and Junction Structures 5 (1) Rim and flowline elevations and coordinates for each manhole 6 and junction structure. 7 4) Stormwater—Not Applicable 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY 11 PART 2 - PRODUCTS 12 A.A construction survey will produce,but will not be limited to: 13 1. Recovery of relevant control points,points of curvature and points of intersection. 14 2. Establish temporary horizontal and vertical control elevations(benchmarks) sufficiently 15 permanent and located in a manner to be used throughout construction. 16 3. The location of planned facilities, easements and improvements. 17 a. Establishing final line and grade stakes for piers, floors,grade beams,parking areas, 18 utilities, streets,highways,tunnels, and other construction. 19 b. A record of revisions or corrections noted in an orderly manner for reference. 20 c. A drawing,when required by the client, indicating the horizontal and vertical location 21 of facilities, easements and improvements, as built. 22 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 23 construction staking projects. These cut sheets shall be on the standard city template which 24 can be obtained from the Survey Superintendent(817-392-7925). 25 5. Digital survey files in the following formats shall be acceptable: 26 a. AutoCAD(.dwg) 27 b. ESRI Shapefile (shp) 28 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use standard 29 templates, if available) 30 6. Survey files shall include vertical and horizontal data tied to original project control and 31 benchmarks, and shall include feature descriptions 32 PART 3 - EXECUTION 33 3.1 INSTALLERS 34 A.Tolerances: 35 1. The staked location of any improvement or facility should be as accurate as practical and 36 necessary. The degree of precision required is dependent on many factors all of which must 37 remain judgmental. The tolerances listed hereafter are based on generalities and,under 38 certain circumstances, shall yield to specific requirements. The surveyor shall assess any 39 situation by review of the overall plans and through consultation with responsible parties as 40 to the need for specific tolerances. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 a. Earthwork Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 2 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. 3 tolerance. 4 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 5 c. Paving or concrete for streets, curbs,gutters,parking areas, drives, alleys and walkways 6 shall be located within the confines of the site boundaries and, occasionally, along a 7 boundary or any other restrictive line. Away from any restrictive line,these facilities 8 should be staked with an accuracy producing no more than 0.05ft.tolerance from their 9 specified locations. 10 d. Underground and overhead utilities, such as sewers, gas,water,telephone and electric 11 lines, shall be located horizontally within their prescribed areas or easements. Within 12 assigned areas,these utilities should be staked with an accuracy producing no more than 13 0.1 ft tolerance from a specified location. 14 e. The accuracy required for the vertical location of utilities varies widely. Many 15 underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be 16 maintained. Underground and overhead utilities on planned profile,but not depending 17 on gravity flow for performance, should not exceed 0.1 ft.tolerance. 18 B.Surveying instruments shall be kept in close adjustment according to manufacturer's 19 specifications or in compliance to standards. The City reserves the right to request a calibration 20 report at any time and recommends regular maintenance schedule be performed by a certified 21 technician every 6 months. 22 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the 23 closures and tolerances expressed in Part 3.1.A. 24 2. Vertical locations shall be established from a pre-established benchmark and checked by 25 closing to a different bench mark on the same datum. 26 3. Construction survey field work shall correspond to the client's plans. Irregularities or 27 conflicts found shall be reported promptly to the City. 28 4. Revisions, corrections and other pertinent data shall be logged for future reference. 29 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 APPLICATION 33 3.5 REPAIR/RESTORATION 34 A.If the Contractor's work damages or destroys one or more of the control monuments/points set by 35 the City or Developer's Project Representative,the monuments shall be adequately referenced for 36 expedient restoration. 37 1. Notify City or Developer's Project Representative if any control data needs to be restored or 38 replaced due to damage caused during construction operations. 39 a. Contractor shall perform replacements and/or restorations. 40 b. The City or Developer's Project Representative may require at any time a survey 41 "Field Check" of any monument or benchmarks that are set be verified by the City 42 surveyors or Developer's Project Representative before further associated work can 43 move forward. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A.It is the Contractor's responsibility to maintain all stakes and control data placed by the City or 4 Developer's Project Representative in accordance with this Specification. This includes 5 easements and right of way, if noted on the plans. 6 B.Do not change or relocate stakes or control data without approval from the City. 7 3.8 SYSTEM STARTUP 8 A.Survey Checks 9 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 10 2. Checks by City personnel or Yd party contracted surveyor are not intended to relieve the 11 contractor of his/her responsibility for accuracy. 12 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 21 CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017423-1 DAP CLEANING Page 1 of 4 SECTION 0174 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 01 74 23-2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2 -PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 01 74 23-3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flowing water during the storm. C. Exterior(Site or Right of Way)Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities,and upon approval by City, remove erosion control from site. 5. Clean signs,lights, signals,etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 01 74 23-4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 7719 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2-PRODUCTS [NOTUSED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 7823 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice,inform the City,that the required Work has been completed. Upon receipt of this notice,the City, in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation,in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 Appendix GC-4 ,002 Subsurface and Physical Conditions i F% RONE E N G I N E GEOTECHNICAL ENGINEERING REPORT PROPOSED WALSH RANCH PHASE 3 PA3W WEST TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS Prepared For: Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Attn: Ms. Akiko Shimizu September 2021 PROJECT NO. 21-25426 www.roneengineers.com / GEOTECHNICAL ENGINEERING RO N E EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING ENGINEERING CONSTRUCTION MATERIAL TESTING September 13, 2021 Ms. Akiko Shimizu Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Re: Geotechnical Study Proposed Walsh Ranch Phase 3 PA3W Fort Worth, Texas Rone Report No. 21-25426 Dear Ms. Shimizu: Rone Engineering Services, Ltd. (Rone) is pleased to submit the Geotechnical Engineering Report for the referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with our Proposal No. P-31066-21 dated June 8, 2021. This report presents engineering analyses and recommendations for site grading, foundations, and pavements with respect to known project and site characteristics. Detailed results of our field exploration and laboratory testing are provided in the appendix of the report. We appreciate the opportunity to be of service to you on this project. We look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the final design and construction phases. Please contact us if you have any questions or if we can be of further assistance. Respectfully submitted, ,O TF►�,' Al :..*..� ABD_OL R. SAVABI 113752 A. Reza Savabi, P.E. ����ONAL a Mark D. Gray, P.E. �.ti y� Senior Geotechnical Engineer Partner Texas Engineering Firm License No. F-1572 DALLAS I FORT WORTH AUSTIN HOUSTON 3201 NE Loop 820, SUITE 180 1 FORT WORTH, TExAs 76137 1 TEL: 817.717.1040 TABLE OF Page 1 PROJECT INFORMATION..................................................................................................... 1 2 PURPOSES AND SCOPE OF STUDY................................................................................... 1 3 FIELD EXPLORATION AND LABORATORY TESTING........................................................ 2 4 GENERAL SITE CONDITIONS ............... ......................................................... 3 4.1 Site Geology..................................................................................................._....................................3 4.2 Subsurface Soil Conditions.................................................................................................................3 4.3 Groundwater........................................................................................................................_......_.......4 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES.................................................. 5 5.1 Geotechnical Analysis .........................................................................................................................5 5.2 Subsurface Volume Change Potential....................................................................................... ........6 5.3 Seismic Site Class..............................................................................................................................8 6 FOUNDATION SYSTEM RECOMMENDATIONS................................................................... 8 6.1 Ground Modification and Subgrade Treatment.................................................................,................9 6.1.1 Subgrade Recompaction.......................................................................,.........................,_..........9 6.1.2 Excavation Safety Considerations................................................................................................9 6.2 Foundation Structure..............................................................................................................I...........9 7 SITE PREPARATION FOR CONSTRUCTION ..................................................................... 10 7.1 General......................................................................................................................:.......................10 7.2 Existing Grades ......... ......................................................................................................................10 7.3 Excavations................................................................................................:.......................................10 8 CONSTRUCTION OF SUBGRADE FILLS ........................................................................... 10 8.1 Subgrade Preparation.......................................................................................................................11 8.2 Subgrade Fill Construction ................................................................................................................12 8.2.1 Project Fills................................................................. ...............................................................12 8.2.2 Fill Material Requirements........................................................... ............................................12 8.2.3 Borrow Selection ........................................................................................... ...........................12 8.3 Fill Construction Specifications.........................................................................................................13 8.3.1 Subgrade Recompaction and Grade Raise Fill....................._......................................._.._........14 8.3.2 Utility Trench Backfill......................................................................................................................15 8.3.3 General Site Fills for Site Grading and Drainage................................._..._..................................22 8.3.4 Compaction Specification Summary.........................................................................................22 8.4 Quality Control and Field Verification Testing ...................................................................................22 8.5 Construction Oversight.............................................--......................................................................23 9 BUILDING FOUNDATION STRUCTURE............................................................................. 24 9.1 Slab Foundation................................................................................................................................24 10 PAVEMENTS...................................................................................................................... 25 10.1 Rigid Pavements.............................................................................................................................25 10.2 Pavement Base Course...................................................................................................................27 10.3 Pavement Construction and Maintenance Recommendations ........................................................27 11 DETENTION/RETENTION POND....................................................................................... 28 12 SITE COMPLETION AND MAINTENANCE........................................................................ 28 12.1 Site Grading and Drainage.............................................................................................................28 12.2 Landscaping and Irrigation .................................................,................................ ...........................29 13 STUDY CLOSURE ...... ...................................................................................................... 29 14 COPYRIGHT 2021 RONE ENGINEERING SERVICES, LTD............................................. 30 TABLEOF -CONTENTS APPENDIX A Plate VICINITYMAP................................................................:..........................................................................................A.1 GEOLOGYMAP..........................................................................................................................................4..............A.2 BORINGLOCATION DIAGRAM..............................................................................,..,...,,......,....................,..............A.3 LOGSOF BORING................................................._.................................................,.............. :...:....................A.4-A.81 KEY TO CLASSIFICATIONS AND SYMBOLS..............................................:.:....,..................................................A.82 UNIFIED SOIL CLASSIFICATION SYSTEM .................:...........................................................................4..............A.83 SWELL............................................................................._.........................................................4........_......__._..........A.84 SULFATE...................................................................................................................................................4....4........A.85 REC COMPACTION DESIGN CHARTS...............................................................................................A.86a and A.86e APPENDIX B Paqe FIELDOPERATIONS ..............................................................:....::::..:..:.............................................-....................4 B.i LABORATORY TESTING....................................::;.:................ ...:...........:........................_........................................B.2 APPENDIX C Paqe IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT...................4..................C.1 RDN GEOTECHNICAL ENGINEERING REPORT 1 PROJECT INFORMATION A tabular description of the project is included below: Table 1: Project Overview Item Description Location The project will be located at the current west terminus of Walsh Avenue in Fort Worth, Texas. The project consists of developing a residential community, with associated utilities and paved streets. Based on draft grading Project Description plans prepared by Huitt-Zollars, cuts up to 27 feet and fills up to 30 feet are planned within the phase. An amenity center is not anticipated within this phase The 138-acre property is generally vacant and covered with grass and scattered trees. Based data from Google Earth, the site generally slopes downward from the west to east and north to south, with elevations ranging from approximately 989 feet in the southwest corner to 881 feet in the northwest corner. The nearest Existing Site Conditions major reservoirs are Lake Weatherford 7 miles northwest and Lake Worth 8 miles northeast of the site. A large are of stockpiled soil and processed limestone lies along the east side of the proposed Phase PA3W making 15 of the proposed sample locations inaccessible due to terrain associated with these stockpiled materials. Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A of this report. Boring locations are shown on the Boring Location Diagram, Plate A.3. 2 PURPOSES AND SCOPE OF STUDY The principal purpose of this study is evaluation of site subsurface conditions to provide geotechnical recommendations for the design and construction of foundations and pavements, and assessment of final investigation needs. For these purposes, the study was conducted in the following phases: Borings were drilled and sampled at approximate 200-foot intervals to evaluate the subsurface conditions at the boring locations and to obtain soil and rock samples. R01 k.Y�,..I •iw4 • Laboratory tests were conducted on limited samples recovered from the borings to evaluate the pertinent engineering characteristics of the foundation materials. • Engineering analyses were conducted for foundation and pavement design recommendations. • Onsite soils were evaluated for potential sources of fill materials required for the project. As the Geotechnical Engineer of Record serving this project, we recommend that Rone provide assistance during the final design phase to confirm the intent of the geotechnical recommendations has been satisfied. In addition, Rone Earthworks should be retained to observe the fill construction and ensure the specified construction controls are properly implemented. 3 FIELD EXPLORATION AND LABORATORY TESTING The boring locations were defined in the field by Rone Engineering personnel using site landmarks, maps and aerial photographs. Ground surface elevations at the boring locations were interpolated from Google Earth® and should be considered approximate. The borings were not located by a registered surveyor. The locations and elevations are provided for general mapping purposes and are accurate only to the extent implied by the technique used in their determination. A total of 62 of the 76 proposed borings were completed to depths of approximately 20 feet below existing grades using a truck-mounted drill rig in August 2021. Fourteen (14) proposed boring locations were not accessible to the drill rig due to their planned locations obstructed by large areas of stockpiled soils associated with mass grading of earlier phases of construction. The approximate boring locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented in the Boring Logs, Plates A.4 through A.81. Keys to terms and symbols used on the logs are also included in Appendix A. Laboratory tests were performed on selected samples recovered from the borings to confirm visual classification, and to estimate material strata, in-situ consolidation states, and other pertinent engineering properties of the materials encountered. One-dimensional swell tests were performed on selected samples recovered from various depths. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B. • . Proposed Roly 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site appears to be mapped within the Goodland limestone formation (Kgl). The USGS Mineral Resources On-Line Spatial Data reference contains the following description of the Goodland limestone formation and the Kiamichi formation. Goodland Limestone Goodland Limestone inter-gradational laterally with Comanche Peak Limestone and differs from it chiefly in that the Goodland is more coarsely nodular, contains fewer and thinner clay beds, and massive resistant limestone beds are more numerous. Often undivided within the Walnut Clay formation comprised of clay and limestone about equally abundant. Please note that the geologic mapping was originally performed using aerial photography. Local variations and anomalies do occur. 4.2 Subsurface Soil Conditions The results of the field and laboratory testing have been used to develop a generalized subsurface profile of the project site. The strata identified in the borings at this site are described below: Stratum I Generally consists of brown to light brown fat clay (CH), sandy fat clay (CH), lean clay (CL), sandy lean clay (CL) and clayey sand (SC) containing various amounts of ferrous stains and limestone fragments as shallow as 1 foot to beyond the termination depth of approximately 20 feet. Stratum II Stratum II is comprised of tan and gray limestone. This stratum was encountered as shallow as 1 foot below existing site grade but was not encountered at all in 9 of the 62 total borings. Hand penetrometer readings ranged from 3.5 to more than 4.5 tons per square foot (tsf) in the cohesive soils. A tabular summary of the soil properties encountered in the borings is provided below. ProposedProject No.21-25426 RO N Table 2: Soil Property Summary _ Property Full Range Predominant Range Estimated Specific Gravity, G. 2.66—2.71 2.68-2.70 Percent Fines (%) 40 -99 55 - 90 Liquid Limit, LL 33 - 78 40 - 65 Plasticity Index, PI 15 -52 21 -45 Moisture Content(%) 7-23 13-22 Moisture Increase Potential (%) 1.9— 15.9 2.1 — 16.2 With sufficient changes in moisture content, swell pressures are estimated to be approximately 2,500 psf, or less, based on the moisture gain relative to the swell percentage measured on the tested samples. Swell pressure testing was not completed for the investigation due to the generally shallow limestone at the site and the amount of limestone pieces expected to be mixed within the fills. The Logs of Boring should be reviewed for specific information at individual boring locations. Stratification boundaries shown in the logs represent the approximate locations of changes in types of in-situ materials. The transition between material types may vary between borings, and be gradual and indistinct. Variations will occur and should be expected across the site. 4.3 Groundwater The borings were advanced using continuous flight augers and the boreholes were observed for water accumulation during and after drilling for the presence of water seepage. Free water was not observed in borings during drilling and 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-geologic assessment of the vadose zone or upper groundwater was not conducted. As such, the study did not include monitoring of upper groundwater levels or perched water conditions. A hydro-geologic study can be conducted upon request to assess the sources and variation of in-situ moisture in the vadose zone and groundwater beneath the site, and how various site development alternatives can alter those dynamics. In general, groundwater levels and moisture content in the vadose zone vary climatically and seasonally depending on topography, land use, surface hydrology, subsurface hydrogeology, and proximity to bodies of surface water. The rate and extent of these variations depend on many variables including subsurface stratigraphy, soil properties, subsurface moisture sources, ProposedProject No.21-25426 , Ra NE : capillary strength, consolidation states, soil structure, thermal cover, and surface infiltration and evapotranspiration rates. A limited hydro-geologic assessment of the vadose zone is provided in Section 5.1 Geotechnical Analysis. 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES 5.1 Geotechnical Analysis Foundation alternatives were evaluated based on site-specific geotechnical conditions, proposed development plans, and known design preferences. Subgrade preparation and foundation fill elements are critical components of all foundation systems. Foundation alternatives for the proposed development were evaluated based on the following engineering criteria. Bearing capacity • Settlement potential Volume change (shrink-swell) potential The rate and magnitude of subgrade volume change is controlled by soil wetting and drying cycles. Volume change potential is affected by moisture change potential, clay mineralogy, material density, soil structure, hydro-geologic environment, and confining pressure to swell pressure ratios. Moisture change potential, material density, and soil structure can be modified and/or controlled; and clay content, hydro-geologic environment and confining pressure can be managed to limit volume change as necessary for each foundation alternative. These are key factors when evaluating the ground modification elements for various foundation alternatives. The primary provisions for managing the hydro-geologic environment are long-term stabilization of subgrade moisture levels, and management of desiccation risk. Groundwater sources have not been fully evaluated, and a complete hydro-geologic study was not performed. Hydro-geologic assessment of the vadose zone indicates the primary moisture source is likely surface water infiltration with periodic perched water atop the underlying limestone. The current soil moisture profile indicates relatively moist conditions in the deeper soils, implying that capillary rise from a groundwater source located below the explored depths may also be a contributing factor affecting soil moisture levels at the site. Capillary rise from any permanent groundwater would help maintain deeper moisture levels where capillary breaks are absent. Capillary breaks appear to exist in scattered layers and pockets as gravelly clays. Other granular capillary breaks may be present in unexplored areas of the site. The site is undeveloped, • . Proposed RONE relatively open, and generally well-drained. Surface water storage is negligible, and the site exhibited minor thermal cover. Surface grades generally slope downward from west to east and north to south. However, the underlying bedrock gradient did not exhibit consist reflection of similar topography. Figure 1: Average Soil Moisture Profile 23 21 19 E g 17 � 15 13 0-2' 2•d` 4-6' ■6-8' -8-10, 13-15' R 18-20' Foundation systems often require ground modification within the vadose zone. Very dry soil conditions were found within the full range of soils across the site and water addition will be necessary during mass grading operations to reach the design moisture range. Each ground modification element includes provisions for limiting moisture content variation, and preparing for its effects. The following ground modification elements were evaluated for shallow foundation alternatives: • Need and extent of subgrade replacement/re-compaction fill, • Management and tolerance of in-situ conditions below ground modification depths, • Grade raise elements, • Strength and stability requirements of each foundation fill element; and, • Subgrade stabilization options. 5.2 Subsurface Volume Change Potential For this study, a limited assessment of swell potential was performed; swell pressures were not measured due to the generally shallow depth of limestone and the limited swell percentages with comparatively large moisture changes. Swell test results are summarized in the table below: Project No. • • -• Walsh Ranch Phase R o livE � Table 3: Swell Potential Moisture(%) Boring Depth Load Plasticity Percent --r Increase- Swell o (ft) (psf) Index Fines Initial Final Increase (/0) Potential B-2 3 375 46 76 22.6 27.4 4.8 5.1 3.2 B-4 1 5 625 15 27 16.1 22.9 6.8 7.0 0.2 B-9 3 375 21 69 16.0 21.9 5.8 6.1 0.5 B-13 5 625 24 93 14.5 17.9 3.4 3.6 2.7 B-16 3 375 30 -- 10.9 26.9 15.9 16.2 0.1 B-17 5 625 48 91 23.4 25.9 2.5 2.8 2.8 B-18 3 375 33 84 13.3 23.1 9.8 10.0 5.9 B-20 7 875 29 87 21.2 33.2 11.9 12.3 0.2 B-21 7 875 44 91 19.8 21.7 1.9 2.1 3.1 B-32 7 875 32 90 26.4 29.3 2.9 3.2 0.0 B-35 5 625 43 86 18.4 22.4 4.0 4.2 3.7 B-37 7 875 45 84 24.7 26.8 2.2 2.4 0.0 B-38 7 875 42 79 29.5 35.2 5.7 6.0 3.0 B-41 5 625 22 1 77 13.9 16.8 2.9 3.0 0.0 B-48 7 875 30 98 19.6 23.9 4.4 4.6 0.3 B-51 5 625 27 90 21.2 23.4 2.2 2.5 0.0 B-54 3 375 41 91 17.6 23.6 6.0 6.3 5.6 B-57 3 375 33 82 14.7 19.7 5.0 5.2 3.9 B-58 3 375 12 36 6.5 21.2 14.6 14.9 0.0 B-64 5 625 25 80 14.7 18.2 3.5 3.7 0.0 The swell test results indicate low swell potential in the upper soils. Corresponding swell pressures are expected to also be low. For design, we estimate a swell potential of approximately 6.0 percent, and swell pressures of approximately 2,500 psf in the high plasticity fat clays (CH). As a supplemental reference, Potential Vertical Rise (PVR) was also estimated in general accordance with the Texas Department of Transportation (TxDOT)Test Method Tex-124-E as an additional means of evaluating swell potential. The TxDOT method is empirical, assumption- based, generalized, and based on correlations with the Atterberg limits, density, and moisture content of the soils at the time of the investigation. All conditions governing swell potential are not accounted for in this procedure. This procedure was applied to a 12-foot deep active zone for soils in a dry moisture condition. Based on the TxDOT method, the estimated PVR is about 4 RorvE � inches. Based on our analyses, the following parameters have been used to evaluate foundation alternatives and design: Table 4: Untreated Subgrade Movement Potential Estimated Swell Untreated Swell Material Design Depth (feet) Pressure(psf) Potential (inches) Clayey Soil na 2,500 <4 5.3 Seismic Site Class The site class for seismic design is based on several factors that include subsurface profile, shear wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The borings for this project did not extend to a depth of 100 feet; therefore, we assumed the conditions below the depth of the borings to be similar to those encountered at the termination depth of the borings. Based on Section 1613.2.2 of the 2018 International Building Code and Table 20.3-1 of ASCE 7-16, we recommend using Site Class C (Stiff Soil/Weak Rock) for seismic design. 6 FOUNDATION SYSTEM RECOMMENDATIONS Design evaluations have been made for the residential foundation systems based on our current understanding of the project and the available subsurface information. The proposed buildings may be supported on slab foundations bearing within controlled fill or native soil. A schematic cross-section of the foundation system is provided below. Figure 2: Average Soil Moisture Profile Slab Foundation 74 --- ` . .. -Fill �v ilmestpne Subgrade modification should result in the following ground stability improvements when constructed as required in this report. These parameters should be used for design of the structural foundation system. • . Proposed Walsh Ranch Phase PA.3 ROVE 4.4. A. Table 5: Summary of Estimated Ground Improvement Thickness from Final Estimated Swell Swell Potential at Material Pad Elevation (feet) Pressure(psf) Finished Pad (inches) Fat Clay/Lean Clay/ 1 to 12+ 2,500 <4 Clayey Sand Limestone 1 to 20* NA NA 6.1 Ground Modification and Subgrade Treatment Modification of the existing subgrade material is designed to control the building pad subgrade. Any grade raise fill used to achieve final pad elevations serves a similar purpose. Over-excavation is not required for subgrade treatment; however, all fill should be placed using the compaction controls recommended in this report. Controlled fill should extend at least 5 feet laterally beyond the proposed buildings to allow for adequate edge preparation. In areas where adjacent flatwork abuts the buildings, the recompacted subgrade should extend the full width of the pavement to back of curb, or landscape area. 6.1.1 Subgrade Recompaction The subgrade recompaction is designed to restructure the cohesive soils such that strength and volume change can be better controlled. Determination of the compaction energies and compaction efficiencies required for the existing soil property ranges enable this control. Effective construction controls for the proposed fill elements are provided in Section 8 Construction of Subgrade Fills. Estimated construction performance and results are also included. 6.1.2 Excavation Safety Considerations All excavations should be sloped, shored, or shielded in accordance with OSHA requirements. It should be noted that in accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole responsibility of the construction contractor. OSHA Standards 29 CFR — 1926 Subpart P, including Appendices A and B, should be referenced for guidance in the design of such systems. 6.2 Foundation Structure Slab foundations bearing in controlled fill or suitable native soil may be used to support the proposed structures, provided fill construction is controlled as recommended in this report. Ground movement potential will be limited with the recommended design provisions; however, Project No.21-25426 ... RanIE J grade-supported slabs should be designed to accommodate the estimate potential vertical ground movement. A moisture barrier should be placed immediately beneath the concrete slabs. 7 SITE PREPARATION FOR CONSTRUCTION 7.1 General Existing foundations, structures, deleterious materials, debris, utilities and other manmade features should be removed, and existing utilities should be relocated in accordance with the project plans and specifications. 7.2 Existing Grades All vegetation and organic matter should be removed from within the proposed construction limits, including tree stumps and root systems. Removal should extend at least 5 feet beyond the perimeter of grade supported structures, except where it must be maintained according to the design documents. Unless otherwise indicated in the specifications, all materials resulting from clearing and grubbing operations should be properly disposed. In no case should any organic or deleterious material be used within the earthworks or fill materials, or permanently placed onsite except where authorized by the geotechnical engineer. 7.3 Excavations All excavations should be performed to the limits and grades indicated in the design documents. This study was not performed to evaluate the difficulty of ripping, processing and/or excavating the on-site materials, or estimating the volume of the excavated materials. The earthwork contractor should have experience in construction and excavation within these materials. The contractor must use his or her own experience when making decisions regarding means, methods and costs to accomplish the proposed construction, including excavation tools, excavation rates, and number of trucks. 8 CONSTRUCTION OF SUBGRADE FILLS Soil fill elements are critical components of any foundation system. Strength and stability of the fill is essential to limiting subgrade movements below foundations, floor slabs, and pavements. Mechanical soil compaction is designed to improve the engineering properties of soils; however, Roiv the desired compaction standards are often not achieved during construction. The soil construction specifications in this report provide for effective compaction control, including direct data verification and real-time control. The fill construction specifications provided in this report are designed for the specific geotechnical requirements of this project. The specifications provide the construction controls needed to prepare cohesive fills for saturation and drying potential. If the specified controls are not properly implemented, the fills will be vulnerable to strength loss and swell with saturation, and potential shrinkage from drying. The initiation of shrinkage or swelling usually leads to increased shrink-swell cycles with moisture variation. The design of these soil compaction specifications includes estimates of compacted soil properties corresponding to varying compaction energies and compaction efficiencies, enabling assessment of the final compacted performance of the fill. The construction specifications below will prepare the fills for potential saturation; however, the environments of these fills must maintain generally moist conditions without excessive drying. In many cases, equilibrium moisture ranges can be established during construction, but in other cases equilibrium moisture cannot be achieved without ongoing maintenance following construction. Potential maintenance requirements for fills on this project are discussed in Section 12 Site Completion and Maintenance. 8.1 Subgrade Preparation After site clearing, the exposed subgrade should be prepared for construction of foundation fills. All areas that will underlie foundations, floor slabs, or pavements will require ground modification as presented in the following sections. Exposed subgrades in cut areas of 3 feet or less should be scarified to a depth of 8 inches and recompacted wet of the optimum moisture content at full compaction in construction, to at least 95 percent of maximum density in construction, as generated by a CAT 563 footed compactor or approved equivalent. Field verification testing will be conducted in accordance with Section 8.3 Quality Control and Field Verification Testing. Any areas where the specified properties are not achieved often indicate a soft or low modulus subgrade is present below the compacted lift. If testing confirms that soft soils underlie any section of the recompacted surface, those sections should be overexcavated and recompacted in lifts as required by the Geotechnical Engineer. Project No.21-25426 ... RQ1V 8.2 Subgrade Fill Construction All foundations and pavements include a structural fill element. These fill elements are critical to ground modification requirements and the strength and stability of each foundation. Fill construction requirements depend on the design purpose and service conditions of each fill. Each fill element should be constructed to achieve the properties required for the long term stability of the foundation. Each completed lift should be maintained at the recommended moisture level until placement of subsequent fill or permanent protective cover such as pavement or floor slabs. 8.2.1 Project Fills The fill elements identified for this project are listed below: • Recompaction of existing subgrade and grade raise below floor slabs and pavements • Utility trench backfill • General fills for site grading and drainage 8.2.2 Fill Material Requirements The following table provides general property requirements and applications for the cohesive soils that may be used as fill on this project. Table 6: Fill Material Material _ Source Property Ranges Use Native Soil On-Site N/A Building and Pavement Subgrade Silt soil classifications are not acceptable. Gravel content should be generally less than 20 percent. Fill should be free of organics, debris, large rocks, and deleterious material. 8.2.3 Borrow Selection Rone can assist the contractor in the selection of borrow sources and compactor pairings in order to avoid or reduce moisture amendment needs during construction. With this assistance, permissible soil property limits may also be expanded by matching the compaction energy of specific compactors with the soil and moisture ranges of fill material. For improved control and more consistent fill properties, stratified borrow sources approved for use as fill should be excavated in a manner to reasonably produce consistent mixing and RON increased uniformity of the fill materials. The Geotechnical Engineer of Record can provide additional guidance for this as needed. 8.3 Fill Construction Specifications In general, all fill soils should be placed in consistent loose lift thicknesses and compacted fully and uniformly across each lift. The moisture content at the time of compaction should be wet of the optimum moisture content in construction as defined by the field compaction curves provided in this report. Any moisture modifications that may be required should be performed before compaction. Very dry soil conditions were measured during field and laboratory testing and water addition will be necessary to achieve wet of optimum design ranges during fill construction. Each lift should be compacted using at least the minimum number of passes required to achieve full compaction as provided by the Geotechnical Engineer of Record. The compaction specifications for soil construction provided in this report have been developed for each fill expected on this project. These specifications are based on the predetermined compaction performance of specific compactor and soil combinations relative to the known project design requirements. The recommended controls have been developed based on fill material and property ranges determined during the site exploration, and typical compactors suitable for these fills and fill volumes. The specifications employ family-of-curve methods for compaction curves produced during construction in order to use the compactor's performance for control and accommodate soil variation during construction. RECTM Compaction Design Reports supporting this analysis, along with the resulting process control requirements, are included in the appendix of this report. The construction specifications and illustrations of the performance, range and limits of construction for each fill type are provided below. At the end of this section, a summary table is provided as a quick reference for the fill specifications. Additional information can also be provided regarding alternative compactors to account for changes during construction and optimal selection by the earthwork contractor. All completed lifts should be protected from desiccation as soon as practical. Completed lifts to be exposed more than 1 day should be kept wet with light water application. Completed lifts damaged by desiccation, erosion, construction traffic, or other disturbances should be scarified and re-compacted according to the process control requirements for that particular fill. ProposedProject No.21-25426 _ Ro NE 8.3.1 Subgrade Recompaction and Grade Raise Fill The building pad subgrade should be fully and uniformly compacted to final pad elevation. Moisture levels should be wet of the optimum moisture content during construction as required in Section 6.1, according to the following process control specifications. As previously stated, some soils were very dry and water addition and soak time should be anticipated to achieve wet of optimum moisture during fill construction. Use a footed compactor equivalent to a CAT 563, as approved by the Geotechnical Engineer of Record. Compact in 9-inch loose lifts to at least 93 percent of the maximum dry density in construction and to an air percentage not exceeding 7.1 percent. The optimum moisture content and maximum density in construction are determined from the field moisture-density curves (field compaction curves) generated by the compactor for the range of soils used in construction. This family-of-curve range for the specified compactor energy is provided by the Geotechnical Engineer of Record. Figure 3a provides the performance and design construction range for the specified compactor and the in-situ moisture ranges relative to the design moisture range for construction. This specification range can be refined with more soil information prior to or during construction and may be necessary to provide controls for the stockpiled soils that could not be sampled with the truck mounted drilling equipment during the field sampling stage of this investigation. An illustration of this compaction specification is provided on the Compaction Control Chart in Figure 3b. The Compaction Control Chart includes the required construction range and minimum number of passes required for full lift compaction. The construction range provided is only valid for full lift compaction using at least the minimum number of passes. Additional control specifications are noted on the chart. It is critical for the strength and stability of the fill that each lift is fully and uniformly compacted using at least the minimum number of passes for the compactor-soil range combination. Figure 3a can be used as a separate reference during construction. The RE CT"" Compaction Design Reports covering the soil ranges at the site are included in the appendix. Due to the anticipated cuts into the limestone, as well as limestone observed in the stockpiled soil onsite, use a footed compactor equivalent to a CAT 815, as approved by the Geotechnical Engineer of Record may also be used for controlled fill placement. Compact in 10-inch loose lifts to at least 94 percent of the maximum dry density in construction and to an air percentage not Project No.21-2S426 ... -. Rati exceeding 6.6 percent. The optimum moisture content and maximum density in construction are determined from the field moisture-density curves (field compaction curves) generated by the compactor for the range of soils used in construction. This family-of-curve range for the specified compactor energy is provided by the Geotechnical Engineer of Record. Figure 4a provides the performance and design construction range for the specified compactor and the in-situ moisture ranges relative to the design moisture range for construction. This specification range can be refined with more soil information prior to or during construction. An illustration of this compaction specification is provided on the Compaction Control Chart in Figure 4b. The Compaction Control Chart includes the required construction range and minimum number of passes required for full lift compaction. The construction range provided is only valid for full lift compaction using at least the minimum number of passes. Additional control specifications are noted on the chart. It is critical for the strength and stability of the fill that each lift is fully and uniformly compacted using at least the minimum number of passes for the compactor-soil range combination. Figure 4a can be used as a separate reference during construction. The RECTM Compaction Design Reports covering the soil ranges at the site are included in the appendix. 8.3.2 Utility Trench Backfill Utility trench backfill should consist of on-site clays and gravel fully and uniformly compacted in 6-inch loose lifts wet of the optimum moisture content to at least 90 percent of the maximum dry density, as determined from representative Standard Proctor curves normalized on the lab line- of-optimums for the soil range used, and corrected according to standard dry unit weight relations. Air content should not exceed 6.7 percent. The family-of-curves and construction acceptance range will be provided by the Geotechnical Engineer of Record. Suitable hand-operated compaction equipment should be approved by the Geotechnical Engineer of Record. The general performance, range and limits of this construction using the recommended compactor is illustrated on the Compaction Performance and Design Chart in Figure 5. This specification is presented graphically on the Compaction Control Chart in Figure 6; however, it should be refined as necessary prior to construction using additional subsurface information. Figures 3 through 6 are included below. Project No.21-25426 r Proposed Dry Density(pcf)/Void Ratio(e) 00 l0 1.0 NJ LU cn O In p Ln p Ln 0 to WO n T f f l I r A O O O O O O O O O O O O O O O O q O O O V 01 01 01 U1 In A A A A W .W W' NJ= V i��L V N 00 A O 01 w ko 01 (.0 O V A NUl .lo rt a I - c D o n m I n c m .O fD N O 1 2 N' 0 m Q I °. G X O �. .n �.. r+ !D I h 00 m .a1 m I � c r_ \ - aro ®® D H _x1 ° - n v N m.. o �n D c Imo, 3 D N N- O G1 O m o ♦` n I O m 5- < IF I I '^ O OJ I t * r to LAI f` O S .` n 1n I W ;a I-- /e d O7 ! � I 3 • rt M r--- i -- ---- V T — — — r n i SD DZ 9 QII 1+ 1N+ Ln ° Zn r C D o. t+ r f � I ee o � UD7 aq -nZ �G _i CD I �. / .' 01 G ,MDZ ° I I Ln m • N r+ � Domm s= I61 o � • rr --f m 3 � I — Ip m J i A C -n CD = gym -n !Z C 1 (D m 0 NZiMW �' fir °. oi ° � o f � 3 �Gw l /r a)Gjn O Ui mm = i Iv lc m D m D D O O I � I W � mv I CD col CD mm I I I I 00 Q D n ca M O — \ I 1 m • 1 w ; DyZ M nrZ C C < c N r r M D I 0 // o N D < m C 030 N a o_ ro o: 1 i i m m o o 7� v < ° 3 ° 2. n O v m a 3 3 io o _0 Ln0 o a I a v -°a n n n CT o Z c 3 �+ 3 � a y_ OF 3 3 ET ET w 3. ;Z' 3a � ao 3 = x m m m m, n _ m a / s a r 07 In 7 O 7 p p p� 3 00 n •�• O CL m 0 µ ( i d o I m m D 3i 3 a o v �^. o O 7 A Ln' o < O ^ n 3 CD -u T7 m m ;7 r I i T Z <o �. d ai o I m O s c o -a < G D m 0 ` / m 0 _ = I a m ro m n; m n* 3 o r <n (A Z m ^' :3 m o4 IDa � O m m Z D 0t>b r F o n o a o °�° a s o c O u m m CO CO { M m Ito �r 3 m o 3 D (D n 2 a p -0 v o z C pm 0 tip rr �� o a saw .. N N NLn n N 3, O t7 c ! vm, in Q O K = m 0 to o 3 n n c ! c o m 3 N Q 3 G) o.CL D 3 O W 1Z I - / N O 0 K I p fD OC d 0) x O in uAiNn N. o < O rn, �7 C7 i o,., d to s .\Nj D of v a O 3 Cn L N i // O O n o O 0 rp I v O O. nOrQ 0 M 7 A I i o r<o 3 o a o m Q o O PI)D D D D I' // 3 o o w 3 w - ro 0 n -I m m m m I i o_ = r °o o m cL v - r► 7 m � ao � CD D to C = o o = c O w f�D 0 0 CD CD m EA In Dry Density(pcf)/Void Ratio(e) r r r r r r r r N O o 0 Ln r r N N w w cn O in o in o cn o vn Q F, m ' D o f I I I I I I I I I I I I I I I I 1 I r � 00 V V 01 01 01 In Cn A JA A A W W W Iv ry N M = v �-+ V Iv O0 A O 0) W k0 0) W O N A N kO N A v p 3 A r c D n m 0 D o — � r < � o � _ t o Q 3 Lrl m n Q N X. r - ID v+ in r) N rD 17 (M I+ .f+ 3 m Dirt c o oV7 rt [l I C D N D o o �� D t !Z < D W Q10 Ln� O O Z r n I C o m 000 r s l I '^ a �` N O 0 z 9 o x� r�D rC+ C D n 1 O c rp fr C Qj � Dmmm 1 rrl / +I X � cn cn E ;u oT � = mm T 1 I I+ 3+ '0, J+ 0 o m CZi � fn � C (yD ° = CZm ! v rD + D � Q1� Q r IQ Nip � mDDD p v � Ifl 1"� I=$ m ammv ro 1r� J+� t o i C c fDA ."D fD 1v I0. / E 1 CD Cmm M lh I IT y0C c O 1 — M111C /. / j a Q ZZQ n 1 ? � Im Jr 1 QNZ Rlln I � r. I ;a o n -1n CL a� IN N M CD 0 0 0 \ D 3 G1 D = M 1 I i m N a D < r0 n rocL C D -O ID 3 n o 0 0 0 If , 03 rIIo _0 0 c m d �. 3 �o > x ! I yr A o v' a N F. fD (D Tyr) 3 m q o �, — Cl = r0 ro m o n < o' n 3 In I■r > > w o ° o m m o v - r0 ^. 3 0. _ < < D trim O 4 I I v v ° Aa3o o D n m ° o m �I (n In � Z m 1 II m C w Ln o w a o ~' v n ^. w 0 O m m z D 0 I aq ro I 0q � n m 3 ^ o 0 0 _ m mco �• Il W o p p s 3 m a N a °' ro c O Q (p m z �y , T"O z N O m N rL N. '..t N N K N 3• = f1 O ■ I rD m o o 1 3 C m o o 0q o 0 N c 0=q :a 3 _ Q j d \ < O K M 3 N O "O V < -' w qOi r r^ N ID 7 r 0 7 O O O cn 1 rr I q p I a 0 v O O r' C N 0 N .ty 1 jr -0 ma)in rt ro m M O 0 C 1 , qci yr O w — rn 00 . v d 3 O K O m m m m m fD 1 ■ p 3 0 0 a .. a 1 C JF y o m 0 co a o v c0 f ■ � iD `� _ I C n N o — c o y I m 5 oN n J N o�W 1 01 N I--+ < N N w ► t9 0 Dry Density(pcf)/Void Ratio(e) 00 prO r r r r r r to 0 cn 0 Or 00 Ln NO tNii O m a "' I I I f 1 I i I I I I I l 1 l h b b b b V V Ol O1 01 V7 A A A A Cu W W N V N= V NJ N V ul N Op A O 01 W b Ol W O V A N "b rt 1Ln IzO O N A _ o CYI 3' o ^ � _ ' m rn � IS n O 61 0 w, K ° x y rF � -1 = I ac D = N rt o s m to c C s nM a m D Ll f1D � � 3 o! c m m 3 0- 3' < 1+ S m w ro IQ 2. ID �. i rt o m (.1 a i, O S T ID O _ II tr !y 3 m 3-0 F. �/ S N W o w n r D 3 O ° 0 � 3 n Z r m < Ln 3 v z D M m < / ; cn TI vZ 0 Sy n v •� O mmg -1 3 N - 0 is J n O 0 = m � d M � 3-DD -f r O �, n+ o o g� z (n v o y 0 M cl) C: � � ro 3 _ Cl) = .-LI n fD fn / o m DM E v O p O N m CD D 0 m n O i/ S D Z Dcn \ ' / W 0o V O1 W A W N F� m n i v o.a M D a n< 3 o m 00 O Z i/ n m �.°° K �• 3 3 v + _ a < A M a 3 n O N N - N 7 S 0 -0 d 7 fz O G1 ++ 3 mNO N d fD c O= N X C 3 E x vOi v �' v 0 O dP:' 0-'< p' M f) a M n ^' d » O m o ° a o 5- m x. c to m m - - I // a a s °° ro -0 < < D m O �� ++ n. m o 0 3 m � a o° fl :rmmZn0 D o < O W + a o_ x. 3 o ro �' T7 m o 3 m n '<_ 3 1 O O n o 3 m 3 ° F I I o I _ 0 (n ` N / n ° v Fr � a M 3 — W D rnD O (D 0 > O O ° aq O oo O 3 �. a D G r s n o m D D D D / n. n N < ° a o, n 3 v oG Gl m A o o v 3 v o Z C m a > > ° o rt 0 0 / < n < m v f D '�° a'a o CU N rr N N Cr) O O (A lAJ I U1 Dry Density(pcf)/Void Ratio(e) r r r r r r r r N to o Ln g o � N O to o Ln o � O m y I f I I I I I I I 1 T I I 1 I I l 1 I � A -1 00 00 N N t71 01 tT In to A A A A W cu LU N N N = N H N N 0p A O 01 W b °1 W O N A N t° N A v O z Iz. m .+ N A N T N p•M s 3 O K m 0 3 i n C w " D v 0 3 0 p n to O 3 O N ° .► to sv 7r Q- A m o ° tD 70 S v a n O7 c 3 x rt O S � 3 W ? ro >y r0 v, a M fD 3 V1 � D 3C N o 00 o rD a 2 3`° + Do G Z r c d °. 3 to O r.f 00 TI 0 G to . GOZv ' 0+ O DOn 3 �m ° ° ' Z Iv cn O -1 s S Ol i z a 3 3 p CD� � NMZ N N O p '' x S _ m C� � N-n -n m � 0 ' 0N ° 3 fi�31 co> 0 - r. s . Or X r c � � o 5 to o 0C 7 M m o � 0Goo > m o ' a r v y --, G) fD '+ — o F+ � UT .;0 � l"1 �' 0 0 I r N 7"mDDT 0 cn r2. m .' ID FY+ c o m -n7 W D m I� (D N ' W ° O ° Q. 0 / v .v. O ZZN R rf = o 'n' no 0 U) I n N 7 >' � H n � C '. rnui ao � aN 00 Ol � n ID C � �' .rf o � � V M arD 3 0c 00 f�0 0 Q • n o' � WX - O cn O Z .' 3 � r7r m 7 3' 3 ° rD Z - ff V n o j. 0 3 s 3 3- v r) f n o 0 01 3 m a:o Q 0 rr 7 (D N o D D Tl 17 ?1 f v n s ETrf D n v o a 3 v n G D m � i f m 3 a7o 7 D 00 0 3 S �. N' N to Tn cn Zm . n ° Nv3 � CL 0 - s O m0 mm Z D 0 ■ o : m ° 3 m �_ r, lA I f 3 D v v 3 d o c W j 00 com o I f' n = 0 m 3 c v ° 3 o � v 1 c 0 — 3 o O K I I p 1 vN .f Q o3i 3 7 ° � O . o n v M o r0 ° o = D U n ! 3 D m M o L J O1 O' n Ol 00 N ! j fD O Ol K -0C rfD+ o N A ■ M -0 v v in �' m ffl ffl ITI I'TI ■N N n ° �p z m v m 3 i ° m m ° 3 ° s o ■ v 79 ° M N D_ K N C O O f O O_ D N N W 7 O Dry Density(pcf) /Void Ratio(e) r r r r r r r o 8 0 0 o U o a I I 1 I -A I I I A I 00 ., v m rn m �n In is A p a w w w N, In' N x N 1- V N 00 A O 01 W t0 01 Cu O V A N t0 rM 0 I Ol r (} ° (0 t n a 0 N o0 I cn G Is p C1 LA Q ro ID nLA I 3 00 m ((DD I �. y to rr I C 3 D to cr �• 3 3 M < 70 t 3 C.T' , Ocu I A I D +' v m I < =r , I O �. / W I !+r Ol M H r o t MCL ID S n Ln n�i 1 0 , •'' C 13 -- 00 TI O (D n 0 IZ r I I O ems+ I ' m> r' m 17 I / r, 1 u TI m D x CL c r A fD I 0Nczi mE ° 510. I /� a' ? ° nZ A vILn � �x 20 m fu 0, m W M o No I 1 1'r Oq D TO D D 0 I L j w X G Ln CID 0 I p I I C 0, 1 to j of T Z / v v o o v =5 �c O D tA 5 a 0 G1 _3 Or. w a)to IZ 0 z a, ' 3 o m N y to c c to I I. / i a 3 c M I I rr o o N 0 ro m - 3 0 3 3 T n 3 x 1 I j M 0 3 v v=, an m r m o 3 I r < v° oq 0• rZ aq o N D x x 17 T I . D 0 m m x r - 1 -- r o D r lu o f m 0 o -o � < < D m O t, I -n r oq In 0 ro a a m ^� 3 0. m A. 1 C I I d 0 A In MIDo �, 0 .0-. m O m m z m °'� — 1 aq < O m z D C) trn 1 3 f r o m F 3 Ln < W fD I 1 0 -o in z ro 0 O K m t7 W W m z I v, I ► o N s �, -0 N � 0 z CO O O p I :* rl n a to a Cq u N m 3' — c7y� r<o 0 'a3 < LQ � a aa o 0 ° O rD Q 7 N '. W 0-1 2_ r Q W a w o m s a 1 3 I m < _ , 0 co o\° o ❑, 1 / o 0 m 0 c* r NO w o o N n s A � -DI � I o m m 0 /A o (o co 1 OF j o C N N N ■ v W rl - U"i Dry Density(pcf)/Void Ratio(e) L L S o o o o 00 o in m � � N y `-'�' I f I I I I Y I I I f I 1 I I I I '-I { o 0 0 0 0 0 0 0 0 0 o O o 0 0 o q• o. o _O, �O b 00 00 N V 01 01 O In kn A 01 W to ON W O V A N lO rP N ., �Z rD N N v c' 3 0 ? 3 o M.- c° 2. ^< 030 . D N O N 3 C ~ 3 c O s v " 3, X f1. O lu 'm o 3 7 Q 3 ° m � ■�� 70 S jp 3 CD a m \° • P+ o � D r O S o- O m O = < o ■/ to 3 �3 C ■ D1 n 79 LA<M a �/ D ti � oww CL 01. 0 Ul M M o .� — 00 C o 5 n vz v o r+ 40 o 3 < r- Z v r D O o �_ (D �. !v 3X 3 0 0 2 Z = C UN N X i = m (D _ � CD r 7 D O aOIQ d m CuO O r. i CD `n D > -n / CD w n O (D % O r Z ' /' !.n A W N / / O - O < K C -00 D O �_ ' ■� n \ N O 3 3 7 r 7 O / m m � ( 7OrQ Z • s n a 3 m w CD N ' /■ 7 S O ry ^ �' W 0 O ^ o � 'C n ~' ' ■ v ,O+ n O O o Q P ■ O O d N M D �1 (7 O T I ■ to — O -0 m m ;U r r m s Ll ;P =. 0) fD < < D m m > CU in C/5 :Ezm / 3 1 a LA I o m� m� a rn ^ X = O. ■ m co c m Z i a c 2< ■ 3 w a r { � � m d 3 3 I I I 1 ' �■ o Q � o F. I to ; ► 3 fD T S I I w I • on ICI 1 ►► ^, 3 0 — � ` / O a 0° n D < c N ■ 0 fD fD 3 n O D D / < r / n — a O n O [M>O m m m ► n Ip O 7 N O ► D c d m o o ■ — — o :E N N W its/ lL Raft/ 8.3.3 General Site Fills for Site Grading and Drainage General fill for landscaping, grading, and drainage may consist of on-site soil. General fill should be compacted in 12-inch loose lifts using approved compaction equipment. Visual compaction controls for wet-of-optimum compaction may be used. Topsoil in landscape areas does not require compaction beyond that achieved incidentally during spreading and grading. 8.3.4 Compaction Specification Summary The following summary table is provided for quick reference purposes. The table does not fully encompass or replace the compaction specifications provided for each fill in the sections above. Table 7: Compaction Specification Summary Building Pad Building Pad I Utility Trench I General Property and Pavement and Pavement gackfill Grading Subgrade Subgrade Fat Clay, Lean Fat Clay, Lean Fat Clay, Lean Fat Clay, Lean Clay, Sandy Clay, Sandy Clay, Sandy Clay, Sandy Material Lean Clay, Lean Clay, Lean Clay, Lean Clay, Clayey Sand and Clayey Sand Clayey Sand Clayey Sand limestone Pieces and limestone and limestone and limestone Pieces Pieces Pieces Compactor Equivalent CAT 563 CAT 815 Hand operated NA Minimum Foot Length 6 6 �— NA i NA {inches) Maximum Lift Thickness 9 10 6 12 (inches) _ Minimum Number of 8 7 8 NA Passes Maximum Air Voids (°!°) 7.1 6.6 7.1 NA Minimum Dry Density (pc 95 101.0 92.0 NA Minimum Moisture Content(%) 14.0 12.0 15.5 NA Min Unconfined Strength 4,100 5,800 NA T_ NA (psf) 8.4 Quality Control and Field Verification Testing Before fill construction, the fill material properties should be verified. During construction, soil index properties should be obtained periodically and upon changes in material, color, texture, or excavation procedures. Field compaction curves should be obtained upon unexpected changes in soil properties, compactor, or lift thickness, and at minimum frequencies recommended by Rone based upon the property ranges of each material source and variations expected. Soil ROVE / sampling during construction should be planned and coordinated to fit the required production rates, and generally at least two days in advance of the compaction of corresponding fill lifts. Rone should monitor compaction control and conduct verification testing during all soil construction. Verification testing of compacted lifts should be conducted at appropriate frequencies to ensure that compaction controls are effective and design requirements are achieved in construction. The engineer should monitor the number of compactor passes, lift thickness, air content, moisture and density for each fill. During fill construction, relatively undisturbed samples of the compacted fill material should be collected periodically and tested to confirm the desired strength and stability properties for which the specific compaction controls were designed. It is recommended that Rone assist in develop a work plan for effective process controls designed for engineering requirements, the construction plan, production needs, and direct data verification records. Nuclear density gauges are recommended for field testing of compacted lifts. Rone will provide the specific gravity (Gs) values required for each fill, based on compactor performance and the soil variation expected during construction. The Geotechnical Engineer must also be able to monitor the specific gravity setting remotely in real-time based on the gauge readings in the field. 8.5 Construction Oversight Design requirements and recommendations presented in this report are based on critical controls during the earthworks and soil construction process. The monitoring required to verify the controls are correctly implemented is essential to proper fill construction. The requirements of this report are based on limited geotechnical, geologic and hydro-geologic information about the subsurface conditions. Subgrade conditions have been interpolated and estimated between borings and subsurface testing locations. Anomalies are often encountered during construction. The potential for subsurface variation from the conditions used for design could result in design changes and/or increased geotechnical risk during and/or following construction. We recommend that Rone be retained to provide the controls needed for proper soil construction, monitor earthwork operations, observe foundation construction, evaluate materials, and conduct periodic testing during the soil construction phase of the project. This enables the geotechnical RqN engineer to verify design conditions, manage ground risk, verify compliant construction, adjust design requirements when unanticipated conditions are encountered, assist the builder, and represent owner interests. We expect such sampling will be required for the stockpiled soils identified along the eastern boundary of the site. 9 BUILDING FOUNDATION STRUCTURE 9.1 Slab Foundation The proposed residential structures may be supported on ground supported foundations consisting of a conventionally reinforced beam and slab system or a post-tensioned slab foundation system, provided the estimated floor movements can be tolerated. The foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to tolerate the potential vertical movement of the foundation subgrade. The following recommendations are and are based upon the grading plans prepared by Huitt-Zollars. Rone should be contacted to review these recommendations if grading plans are modified. A net allowable soil bearing pressure of 2,500 psf may be used for design of all grade beams bearing in tested and approved controlled fill or suitable native soil. Grade beams should bear at least 18 inches below final grades. The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. All grade beams and floor slabs should be adequately reinforced for eccentric loading that could occur from potential differential subgrade movement. Design criteria for the foundation slab have been estimated according to the Post Tensioning Institute (PTI) based on the methods described in their most recent manual for designing slab-on- grade foundation systems. An effective PI of 25 may be used for design of a conventionally reinforced concrete slab foundation. Recommended PTI foundation design criteria for a Thornthwaite Moisture Index (TMI) of zero are tabulated below: PTI Foundation Design Criteria. Rohl E Table 8: PTI Design Criteria Parameter Condition 4.0-inch PVM Center Lift 6.1 Edge Moisture Variation Distance, em(feet) _ Edge Lift 3.5 Center Lift 1.8 Differential Soil Movement, ym(inches) Edge Lift 2.1 The PTI method incorporates numerous design assumptions associated with derivation of the variables needed to estimate the foundation design criteria. The PTI method of estimating differential soil movement is applicable when site moisture conditions are controlled only by the climate on well-graded building pads (i.e. proper site drainage, properly lined landscaped areas, no utility water leaks or other free water sources). As soil moisture increases, the soils may swell. The PTI design method is intended to provide stiffened foundation systems that can perform well under typical natural changes in soil moisture. The differential foundation movements resulting from seasonal soil moisture variations are typically much lower than movements that occur due to free water sources near or beneath the structure, which are not directly addressed by the PTI design method. 10 PAVEMENTS This report includes recommendations for rigid pavements. While some minor differential movement should be anticipated, if the provisions of this report are strictly adhered to in construction, the pavement subgrades can be expected to be relatively stable. To the extent the provisions of this report are not adhered to in construction, increased risk of ground movement should be expected. Design of the proposed pavement sections should factor the performance of the subgrade construction provided for in this report. 10.1 Rigid Pavements For this project, traffic loading and frequency conditions were estimated for various conditions as no specific traffic information was provided. The following pavement design has been performed general in accordance with City of Fort Worth pavement design standards. ProposedProject No.21-25426 RONE k.1 Table 9: Pavement Design Input Parameters Item Value Roadway Designation Residential Collector/Commercial Connector Design life _ 25 years 25 years Concrete Modulus of Rupture, S'c 620 psi 620 psi Number of Traffic Lanes in One 2 2 Direction Annual Traffic Growth Rate 1.5% 1.5% Total Equivalent Single Axle Loads 900,000 3,000,000 (ESALs) Subgrade Soil Classification (USCS) Fat Clay(CH) Fat Clay(CH) Treatment Type N/A Lime Modulus of Subgrade Reaction, k(CH) 50 psi/in 50 psi/in Composite k(lime-treated, 8 inches) 100 psi/in 260 psi/in Reliability, R 90% 90% Standard Deviation, So 0.39 0.39 Concrete Modulus of Elasticity, E. 4,000,000 psi 4,000,000 psi Drainage Coefficient, Ca 1.0 1.0 Initial Serviceability, po 4.5 4.5 Terminal Serviceability, pt _ 2.0 2.25 Load Transfer Coefficient 2.7 3.0 The pavement thickness determinations were performed in general accordance with the "1993 AASHTO Guide for the Design of Pavement Structures" guidelines. The minimum pavement sections are presented in the table below. These pavement sections are based on estimated traffic volumes. A more precise design can be made with detailed traffic loading information during the final geotechnical study. Table 10: Minimum Residential Street Pavement Sections and Allowable Traffic Portland Cement Design ESAL for Traffic Use Concrete Flexural/Compressive Strength (psi) (inches) 540/3,600 580/4,000 627/4,500 Residential Streets 6 564,000 706,000 905,000 Walsh Avenue 8 1,400,000 1,900,000 2,200,000 Commercial Connector 9 1,800,000 2,000,000 2,500,000 Ra>iv ; We recommend a minimum concrete compressive strength of 4,000 psi be used to provide a 620- psi modulus of rupture. Hand-placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted beneath the pavement. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to applicable City of Fort Worth standards. Saw cutting should be performed in specified locations to control cracking due to shrinkage. Saw cutting should begin as soon as the concrete has obtained enough strength to keep from raveling, but before cracks can be initiated internally. Saw cut depths generally range from '/4 to % of the pavement thickness but should be performed as directed by the civil engineer. 10.2 Pavement Base Course We recommend 6 inches of lime treated subgrade beneath concrete pavements. At this time, we estimate approximately 8 percent hydrated lime by weight (36 pounds per square yard for a 6 inch thickness) will be required to adequately treat the pavement subgrade, though the actual lime requirement should be determined based on the in-place soil properties and soluble sulfate levels after the pavement subgrade has reached final grade. Lime treatment should be performed in accordance with Item 260, current Standard Specifications for Construction of Highways, Streets, and Bridges, Texas Department of Transportation (TxDOT) or other similar standards approved by the Geotechnical Engineer of Record. Lime treated subgrade should have a PI between 7 and 15. The treated subgrade should extend a minimum of 2 feet outside the curb line. This will improve the edge support of the pavement and reduce the effects associated with shrinkage during dry periods. Sand or other granular fill should not be used as a leveling course beneath the pavement, as these more porous materials increase water migration beneath the pavement, causing heave and strength loss of the subgrade. 10.3 Pavement Construction and Maintenance Recommendations It is important that the recommended moisture content and compaction be maintained until the concrete is placed. Maintenance after construction should include regular observation to identify and seal cracks. A flexible joint material should be used to seal cracks as they degrade, which can occur during the design life of pavements. Project RQN� 11 DETENTION/RETENTION POND In general, the purpose of a detention pond is to temporarily store rainfall runoff and release the water at a controlled rate. Depending on the site, project, global stability considerations, environmental regulations and owners expectations, the detention pond may need to have a low rate of infiltration into the ground. If permanent water storage is desired (retention pond), a pond liner will be required. The liner may consist of properly placed on-site clay soils, imported clay soils, a synthetic liner, or a combination of these. A detailed hydraulic conductivity (permeability) study was not included in our scope of services. The following recommendations should be considered general guidelines for water retention, and not as an assurance that the pond will consistently hold water. Rone would be pleased to provide these as additional services upon request. For long-term water retention, clay liner material should have a liquid limit greater than 60 and a plasticity index greater than 45. The liner material should be placed in maximum 8-inch loose lifts and compacted according to the guidance presented on Figures 3 and 4. (same compaction specs as grade raise fill and recompacted subgrade). The compacted thickness of the liner should be at least 2 feet. The pond slopes should be 4HA V (horizontal to vertical) or flatter to reduce the risk of sloughing. A compacted clay liner will be subject to typical shrink/swell behavior unless the water elevation is maintained within the pond, or the pond is irrigated sufficiently to prevent the liner from drying and forming shrinkage cracks. 12 SITE COMPLETION AND MAINTENANCE 12.1 Site Grading and Drainage The geotechnical design for this project accounts for limited assessment of geo-hydrologic conditions and intends to provide for efforts to maintain stable, moist subgrade conditions after construction. Site grading and drainage plans should support this intention where possible. Site grading and drainage should be efficient in paved areas and less efficient in lawn and landscape areas. Roof runoff should be collected by gutters and downspouts, and discharge onto paved areas draining away from the building. RaNE 12.2 Landscaping and Irrigation Subgrade moisture levels should be maintained around the building perimeter before and during construction. Irrigated landscaping and lawn areas are recommended with even distribution around the structures. Irrigated areas will serve as supplemental moisture sources surrounding the foundations and pavement areas. Accordingly, regular and uniform irrigation would be required in these areas, particularly during dry and hot weather periods. Above-grade planters may also be considered around the perimeter of the building with regular irrigation to maintain light perimeter infiltration along pavement joints. 13 STUDY CLOSURE This study is in nature, and the comments and recommendations contained in this report should not be used as final geotechnical design criteria. Structure-specific supplemental borings and a final geotechnical report should be performed prior to final design and/or construction. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site with little variance beyond that found by the borings. If different subsurface conditions from those encountered in our borings are observed or appear to be present in excavations, Rone must be advised promptly so that these conditions can be evaluated and our recommendations can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, Rone should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment. It is important that Rone be retained to assist in design reviews or review those portions of the plans and specifications that pertain to earthwork and foundation systems for this particular project to ensure the plans and specifications are consistent with the controls and recommendations provided in this report. It is also advised that Rone provide oversight and monitoring services during construction to ensure that the controls required for design requirements during earthworks construction are provided correctly and implemented effectively. Proposed This report has been prepared for the exclusive use of the client and their designated agents for specific application to design and construction of this project. We have exercised a degree of care and skill exceeding that ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. The engineering services and solutions provided herein are considered advanced, and while design and construction controls are improved, no warranty, expressed or implied, can be made or intended. 14 COPYRIGHT 2021 RONE ENGINEERING SERVICES, LTD. This report provides engineering services, and is in its entirety the sole property of the client, Rone Engineering Services, Ltd., and its affiliates. Use of this report is subject to all applicable copyrights. This report may be used in practice or referenced by any project party as necessary, solely for the party's role on the project for which this report is prepared. Beyond that use, no part of this report may be copied, downloaded, transmitted, or otherwise reproduced or stored, in any form or means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this report must include all copyright notices, registered trademark (®) designations, and non-registered trademark (TM) designations. .RAM Proposed , APPENDIX A li l 11V FM 3325 �: 1 oil SCALE: N 1= - __j� r +'� qrd Road _ T- ._pld•Weat�C T 3 SITE Q _ ` 7 r e.. een elm Rtiaa . . -W�1s a u- FM 1187 St.I`nters£ate 20QFrodta-720 1 d�42 7-- _��P-Free�st.znte�sta ont,te. -� I 2 0 130 we /• °it' s:=• '1 � � PLATE A.1 PROJECT NO: 21-25426 VICINITY MAP FILE NAME: 2125426.DWG RONEDRAWN BY: CM DATE: 9-3-2021 WALSH RANCH PHASE 3 PA3W W. REVISED BY: DATE: ENGINEERING TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS REVISED BY: DATE: APPROVED BY: RS DATE: 9-3-2021 I""�'"' A .. �.t'�! ,'i='.�.� �a. i 2 .yF $yi.'�l+' •�.' ���;y�� l�. fm YI & OV .-V7 i-ot5-V 0 vwn NEE ,W10 pal fa BC A •Fry X1 E1;7?21 r I law N & lm 0 q. po- ,j Vll Wk, All 4K a-1?A, P0- PLATE A.2 PROJECT NO: 21-25426 GEOLOGY MAP FILE NAME: 2125426.DWG DRAWN BY: CM l DATE: 9-3-2021 RONE WALSH RANCH PHASE 3 PA3VV W. E N G I N E E R I N G TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS OLD WEA'CHERFORD ROAD - 3 1> B A 1 { 15 6 f3 i B 2 B • ! Fi% PAIGE"° SCALE: N I6 5 6 6 Y ^ „ B2 3' 571 4 9 B 10 10 6 9 19 2 �, 10 $ 4 B60 [. 1 i S7 _ 7 23 a 13 x 8 45_ e 1 11 1 F 25 I:. _ Ifo 7. y n 12,a ,4 3 15 31 k0 25 v z3 22 saw '= ]t �6 l., ,y to 20 6 ] Ts B4 6M1 B I3 71 K 1 2 3 21 30 1i V Itl „ ]5 IS l; 3L 11 .'V, 12 17 f5 1r 0 T ,o ' 39 '4 1, SI3 S! 6 5 4 3 2 1, 52 Jr`{,A~�11y 1x St V F 19 1 Z 2b 55 i x63 3 66 av 1, si {Y l f 1� � 3 K'ALSH RVE- 1 m {�} 4 B 1 1 24 25 n 9 I1 1 ,•i t m �1 10 �w x CA 2 B s 3v 19 2 n Ip 20 21 3 . 3 20 !6 t� LI I7. 2 'A 5 4 2 w 14 y u lF12 , Z 2n ,s r 13y 4 40 SBa 6 _B)Vp[ 27 12 1 1y 2s r w 61D 25 41 97 44 !3 42 Q ., V 41, . 1 LEGEND BORINGS COMPLETED FOR THIS REPORT r1 BORINGS NOT DRILLED DUE TO ACCESS ISSUES PLATE A 3 PROJECT NO: 21-25426 BORING LOCATION DIAGRAM FILE NAME: 2125426.DWG ��� DRAWN BY: CM DATE: 9-9-2021 WALSH RANCH PHASE 3 PA3W REVISED BY: DATE: E N G I N E E R I N G W.TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS I REVISED BY: DATE: APPROVED BY: RS DATE: 9-9-2021 Log Project No. B-1 21-25426 Walsh Ranch Phase 3 PA3W �= Boring Location W. Terminus of Walsh Avenue Block 13, Lot 31 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740370 N While Drilling Not Observed 8-18-21 Longitude At Boring Completion Not Observed 97.58230'W End of Day Not Measured a n O d, L O. 0 tM N N N y N C al E O. a� C O. aO+y .= O d -o 2 $ O H = >'2 V E Z aa)- a) C vi a E a Stratum Description ` z c «r- a_ ¢J 3 o e y >` > mm d: 'w > in —y 5E rn N w a a a�i a16, m.d o 3 Z' c o Approximate Surface Elevation=918.0 feet O rn a W a N LL-PL-PI 2 to o U FAT CLAY(CH)-dark brown,with organics 4.5+ 8 915.0 WEATHERED LIMESTONE-tan 50P/2 50/'/4" 5 50/'/4" 50/'/4" 10 904.0 LIMESTONE-gray 50/1/4' m 50/'%" 15 L O N a 50/'/4' CU E 20 4 898.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=932.0 Feet o Approximate Grading=14.0 Feet Fill n R %s d N co N N C O a) O C _O O1 C 0 Material boundaries are approximate:in situ,transitions ma be gradual. i. —. N Driller: Plate A.4 F Drilling Method:Continuous Flight Augers Log Project No. B-2 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue VG Block 13, Lot 53 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I 32.739080 N While Drilling Not Observed 8-9-21 _ Longitude At Boring Completion Not Observed 97.582410 W End of Day Not Measured a w C. a 0 of t G y w N y Y C of C �'•' C �, C —y o a m r 0 •— 0 Gf O _ o >.— V E Z Y, E U 3: aw T a Stratum Description ` Z c r �= a J 3 E CL E N '-' N H C M •(n 4 df V E R rn W Approximate Surface Elevation=945.0 feet O of a� a in LL-PL-PI 20 Cn o M L) FAT CLAY(CH)-dark brown,with organics 4.5+ 23 4.25 76 66-20-46 17 3.2 100 5 4.5+ 17 939.0 WEATHERED LIMESTONE-tan 50/1" 20 50/'/z' 10 50/'/<" 932.0 LIMESTONE-gray R 15 50/%" L O U7 a E 20 925.0 50//<" a) Boring Terminated at Approximately 20 Feet Proposed Elevation=953.0 Feet o Approximate Grading=8.0 Feet Fill n io _w a CU a0 0 O N d O C a 0 L f/1 O) _O a1 C 8 Material boundaries areapproximate:in situ transitions may be graduat Driller: Plate A.5 F Drilling Method:Continuous Flight Augers Log Project No. — B-3 2ctNo. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue C Block 13, Lot 49 Fort Worth, Texas RONG Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.738330 N While Drilling Not Observed 8-23-21 Longitude At Boring Completion Not Observed e 97.58241°W End of Day Not Measured CD ° a 0 Im ;? s y y N �.N M C a � c n. d r c .0 o o 0 c c U E Z D E U d N w E Stratum Description z 1- . �_ a In J R ~ C a1 61� J e ~' '� `1 d T Q •j r Gl 0 d 9 •N Ol N 7 0 a y N w m a a a0i a10i m ° 0 3 i=' r- o Approximate Surface Elevation=964.0 feet O w a IY a v) LL-PL-PI 2 rn o c) LEAN CLAY(CL)-dark brown,with ferrous stains and organics 4.5+ 22 4.5+ 14 5 4.5+ 73 29-18-11 10 958.0 FAT CLAY(CH)-light brown,with ferrous stains 4.25 14 8-10-23 25 N=33 10 13-23-36 99 60-28-32 23 N=59 15 U C m w 946.0 o WEATHERED LIMESTONE-tan 50/1" 29 ca 20 X944.0 a) Boring Terminated at Approximately 20 Feet ME Proposed Elevation=972.0 Feet o Approximate Grading=8.0 Feet Fill aD m o N CU O7 N C U O C 7 Ul O C `o Material boundaries area proximate:in silu,transitions may be gradual N Driller: Plate A.6 Drilling Method:Continuous Flight Augers _. Log Project No. B-4 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RAN E Behind Block 68 Fort Worth, Texas 1 Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737630 N While Drilling Not Observed 8-9-21 Longitude At Bortng Completion Not Observed � 97.58239°W a End of Day Not Measured y 0 of w L a a N y N y N C DS E G = yC a « O L- C N -o.O r o > — U Z �, — U Q a Stratum Description z a J a W 2 N E a>i y d o d� •N d N — o a ,�.0 IIL— (D w � 3 = o N W c Approximate Surface Elevation=981.0 feet �O Cn a M a in LL-PL-PI 2 cn G c� CLAYEY SAND(SC)-dark brown,with limestone fragments 4.5+ 19 4.5+ 13 5 4.5+ 27 34-19-15 6 0.2 135 974.0 WEATHERED LIMESTONE-tan 50/3/4" 1 50/t/4" 968.0 FAT CLAY(CH)-brown 4.5+ 12 a m 1 0 rn L O N 4.5+ 17 CU E 2 961.0 Boring Terminated at Approximately 20 Feet Proposed Elevation=980.0 Feet o Approximate Grading=1.0 Foot Cut m C Q) CU aU N 0 U N O C 7 L N C .o Material boundaries lire eppmx�mate:in situ transitions rrre be dual. � Driller: I Drilling Method:Continuous Flight Augers Plate A.7 Log o.Project N B-5 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue V�^ E� Block 68, Lot 18 Fort Worth, Texas G Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736920 N While Drilling Not Observed 8-9-21 Longitude At Boring Completion Not Observed e 97.58242°W End of Day Not Measured o = a a 0 0l d t N N d r = a7 C a co a :: En c �•- o m -o•o 0 > V Z E ?� d w r E Stratum Description z a a J a�� e �, a is o — Q N w io a IL a�i m m " 0 3 �` c o Approximate Surface Elevation=991.0 feet 3:O rn a M a.rn LL-FL-PI 2 rn o M v LEAN CLAY(CL)-dark brown to tart 4.5+ 21 4.5+ 98 46-22-24 13 5 4.5+ 21 4.5+ 87 46-17-29 20 4.5+ 23 1 4.5+ 17 c a m 15 U .0 v m w 0 4.00 21 C E 20 971.0 Boring Terminated at Approximately 20 Feet 4-7 Proposed Elevation=985.0 Feet o Approximate Grading=6.0 Feet Cut a m `m Q) w M v w C O U N O C 7 W CM 0 MaterWl bWndanes area rmirrwte:in situ.iransRz p s maybe iyodual. N Driller: Plate A.8 FE Dri#ing Method:Continuous Flight Augers Log Project No. B-6 1 21-25426 Walsh Ranch Phase 3 PAM W. Terminus of Walsh Avenue Boring Location N E Block 68, Lot 24 Fort Worth, Texas R O Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736310 N While Drilling Not Observed 8-9-21 Longitude At Boring Completion Not Observed w 97.58241°W End of Day Not Measured_ a w = a 0 oI m t CL y N y N L C c >. zc o c a'= o d ao t ~ p >•— U Z «E U Stratum Description �z o o e a J _ _ CL rn E w F- c m M > `� u E rn w Approximate Surface Elevation=978.0 feet 0 uai a a<n LL-PL-PI 2 Cn o V FAT CLAY(CH)-dark brown to tan 4.5+ 10 4.5+ 15 5 4.5+ 93 51-17-34 17 25,260 4.5+ 94 51-16-35 18 4.5+ 12 10 4.5+ 14 15 �u C fL L O N 4.5+ 31 co E 2 958.0 a) Boring Terminated at Approximately 20 Feet Proposed Elevation=976.0 Feet o Approximate Grading=2.0 Feet Cut n m m `m m N C5 2 U7 a C O N O C J O N 71 O C Mal-101 boundaries area romuote:in situ.Veneiliorin nmy be gradual. Driller: F [killing Method:Continuous Flight Augers Plate A.9 Lag Project No. B-7 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue a Street J Fort Worth, Texas R ONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735760 N While Drilling Not Observed 8-9-21 _ Longitude At Boring Completion Not ObservedCL e 97.582380 W End of Day Not Measured o = a O D) y L N _ �, Y N d r = a7 C if= O. $ d r I L w . .2 O -O O 0 c >° V E z w, ww a E a Stratum Description � z o r a _ C J O ~ O e J e W 4) CL (' U) E > =' vi H m u) > A a) = u E w a mm ta.d o 3 Z' co Approximate Surface Elevation=969.0 feet 3:O rn a W a rn LL-PL-PI 2 U) o U FAT CLAY(CH)-dark brown to tan 4.5+ 97 73-28-45 31 967.0 LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 77 47-18-29 13 5 3-50 15 4.25 16 4.50 16 1 r 4.25 22 °c. °/ 15 d 0 d a m r 0 4.25 37 C E 20 949 0 Boring Terminated at Approximately 20 Feet ME Proposed Elevation=970.0 Feet o Approximate Grading=1.0 Foot Fill a w m N 7 N N C U d O C l ' I Iyaterial boundaries areapproximate:in situ.transitions rnaV be gradual _ n Driller: Plate A.1 U Drilling Method:Continuous Flight Augers Log Project No. B-8 21-25426 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location qiNG Behind Block 68 Fort Worth, Texas R O Latitude Water Level Observations(feet) Date E N G I N E 32.735130 N While Drilling Not Observed 8-9-21 t Longitude At Boring Completion Not Observed 97.582400 W End of Day Not Measured a y c a o a; r �-' C IL 'O'' - N 40. O O > U N.. Z y,,E V df N Stratum Description ` Z a O = z Me a a p N E _v and ° yp 'mod ; — M Oa ) I— c �a My 3 i= co y w Approximate Surface Elevation=952.0 feet 3 O uai a a rn LL-PL-PI 20 rn G U FAT CLAY(CH)-dark brown to tan 4.5+ 25 4.5+ 21 5 3.50 93 62-18-44 17 4.5+ 39 25 4.25 50-17-33 13 1 0 4.5+ 32 a �' 15 U LC [7 O6 Q1 934.0 o WEATHERED LIMESTONE•tan 932.0 50l'/2' 2 20 50/'/d' Boring Terminated at Approximately 20 Feet Proposed Elevation=958.0 Feet o Approximate Grading=6.0 Feet Fill CL m i� is co m -o c 0 a 0 C a 7 L N AeaterW boundaries are te.in situ,trarmitirnu wwy be radual. Driller: F Drilling Method:Continuous Flight Augers Plate A.1 Log o.Project N _B-9 2cto. 6 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location R O NJG Block 68, Lot 26 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.734520 N While Drilling Not Observed 8-9-21 Longitude At Boring Completion Not Observed 97.582390 W End of Day Not Measured a a o ai t a a`d. N aU) O1 C >' mO a d.� O ME a E a Stratum Description ` z I .c a J 3 = a 0 co w �a a mm � � 0 3 � o cn Approximate Surface Elevation=945.0 feet 3:O rn a O� a N LL-PL-PI 2 rn 0 v SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 24 4.5+ 69 40-19-21 8 0.5 101 5 4.5+ 13 i 938.5_ WEATHERED LIMESTONE-tan 50/1" 27 50/'/i' 10— 50/'/4' 50/'/i' 50/'/4' 15 'c V 0 928.0 LIMESTONE-gray L O N 50l'/<" E 20 925.0 50l'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=951.0 Feet o Approximate Grading=6.0 Feet Fill v w m m 2 a N O U O C 7 y Q! O 21 c Material boundaries areapproximate:in situ transitions rnaV be gradual a a Driller: Plate A.12 Drilling Method:Continuous Flight Augers Log Project No. B-10 21-25426 Walsh Ranch Phase 3 PA3W _ W. Terminus of Walsh Avenue Boring Location Block 68, Lot 29 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.733890 N While Drilling Not Observed 8-10-21 Longitude At Boring Comptetion Not Observed 97.58241°W End of Day Not Measured o. w o - w o at t a a rn y N y w C Im >_ G C yo a dr O ''- C •d 9� > — c� z yE v dy E CL ° Stratum Description 1 E _ y inl6 61 �' N I- L f0 .y > d 5 E w Approximate Surface Elevation=942.0 feet O ran a a in LL-PL-PI 2 to o cj FAT CLAY(CH)-dark brown to tan 4.5+ 28 4.5+ 98 77-26-51 21 5 937.0 4.5+ 21 LEAN CLAY(CL)-brown to tan,with ferrous stains 4.00 94 49-20-29 19 4.50 21 1 a 4.25 11 a m 15 70 U C U N n R N 925.0 O1 WEATHERED LIMESTONE-tan t 6 v 50/%" E 2G '922.0 50/'/i' Boring Terminated at Approximately 20 Feet w Proposed Elevation=941.0 Feet o Approximate Grading=1.0 Foot Cut n V a N N N N C O U N O C 3 L N OJ O DI G Material hwndariee are aRpMmew in situ Vansitkms ffoy be gradual- Driller: Drilling Method:Continuous Flight Augers Plate AA 3 Log o.Project N B-11 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R V^NVG Block 28, Lot 48 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.733370 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.582380 W End of Day Not Measured o a a 0 of r N w = O7 O. y O d w O ._ O GS -o 0 o > o V a3 Z � E U En E 2 Stratum Description � z S, w J = r rn to w �a a aa,, 0 and 0 3 Z co Approximate Surface Elevation=934.0 feet O to a IY a to ILL-FL-PI 2 rn o c) FAT CLAY(CH)-dark brown to tan 4.50 99 67-28-39 29 4.5+ 24 5 929.0 4.5+ 21 CLAYEY SAND(SC)-dark brown,with limestone fragments 4.5+ 19 33-15-18 11 926.0 WEATHERED LIMESTONE-tan 50/1" 10 922.0 LIMESTONE-gray 0 50/'/2 50/'/<" a) 15 m U C U q O m L O O3 s 50/'/<" E 20 914.0 r"50l% Boring Terminated at Approximately 20 Feet Proposed Elevation=948.0 Feet o Approximate Grading=14.0 Feet Fill m a w a iu C O O C 7 3 J N 01 O DD C 0 Material boundaries area roxima[e:in situ.transitions may be gradual . Driller: Plate, A.14 Drilling Method:Continuous Flight Augers Log Project No. B-12 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� � Block 13, Lot 20 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.74231' N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed 97.58151'W End of Day Not Measured Q N o al t a T C CV d w 0 '� EF $ c F- 0 m o a dw o �._ t p > - U 2 E U Ol ql T a Stratum Description z CL o o = 0'. a J e E 01 I— r-m Wy w CD = c°, E m rn w Approximate Surface Elevation=903.0 feet �O rain a W a iA LL-PL-PI U) in �U SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 14 4.5+ 14 5 4.5+ 65 31-13-18 15 896.5 WEATHERED LIMESTONE-tan 50/2" 16 50/1" 10 50/'/i' ° 50/3/4' e 15 50/1/2' U U 41 0 886.0 LIMESTONE-gray y 0 E 20 883.0 50/1W 4) Haring Terminated at Approximately 20 Feet Proposed Elevation=914.0 Feet o Approximate Grading=11.0 Feet Fill a m a a c U U7 O C 7 L N .o Malenal boundaries are a ate;in silk Iransilions nmy he ZLdvai. a Driller: Plate A.1 5F Drilling Method:Continuous Flight Augers Log o.Project N B-13 2ct No. 6 Walsh Ranch Phase 3 PA3W qG Baring Location W. Terminus of Walsh AvenueRONBlock 13, Lot 24Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.741650 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed 97.58156°W End of Day Not Measured Q y S Q w r N 04 a c a � N) ' o m am o o c c v Z `z a�E Stratum Description o u,co E a) � H c �a y > m 5E rn w m a a m m m.°' 0 3 Z' c o Approximate Surface Elevation=901.0 feet O U) a a m to LL-PL-PI 2 to o c) SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 6 4.5+ 63 35-19-16 6 5 4.5+ 93 40-16-24 10 2.7 118 4.5+ 14 893.0 WEATHERED LIMESTONE-tan 50/'/" 50/'/4 10 889.0 LIMESTONE-gray o 50/'/<" 50/% 15 m C U G1 Q t O N a 50P/a" E 20 0881.0 50//<CU Boring Terminated at Approximately 20 Feet i Proposed Elevation=918.0 Feet o Approximate Grading=17.0 Feet Fill a a a N CU N U7 C O O C a W G 'o Material boundaries area rozimate:in situ,transitions may be gradual Driller: Plate A.16 Drilling Method:Continuous Flight Augers Log Project No. B-14 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue o V Street B Fort Worth, Texas RO Latitude Water Level Observations(feet) Date E N G I N E ER 32.740990 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed w 97.58152°W End of Day Not Measured a N o a G N d N y N C C $ > � v mr z° �E v -ao Q � Stratum Description L z o e a J o w t] rn E ro "' F- c m W > w d ' 0 E w W Approximate Surface Elevation=921.0 feet �O cun) a W min LL-PL-PI 2 U)i o M t) SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 12 1)19.0_ WEATHERED LIMESTONE-tan i 50/'/<" 5 50/'/<" 50/'/<" 10 50/'/<" 50/i/<" 15 50/1/<" 'c Q 0 vi 903.0 o LIMESTONE-gray a0 E 9012 20— .0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=920.0 Feet o Approximate Grading=1.0 Foot Cut u d B n N a 0 U N J] O C 7 L N Q1 _O Material boundaries area roximate:in situ.transitions may be gradual N Driller. Drilling Method:Continuous Flight Augers Plate A.17 Log Project Na. B-15 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� C G Block 63, Lot 2 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740420 N While Drilling Not Observed 8-18-21 Longitude At Boring Completion Not Observed 97.581520 W End of Day Not Measured y y o y r a C14o ai a d o a °:n o a`-� c 0 a C C > O V .. Z ate+J ('� N 0 Q Stratum DescriptionCL z o s _ ` y e C C y A y N W ul CL > N = U 1= G N A to m� a a)0 tya °_' 0 3 Z' co Approximate Surface Elevation=939 0 feet O N a o: a cn LL-PL-PI rn o c� CLAYEY SAND(SC)-dark brown to tan,with ferrous ! stains 3.75 38 56-24-32 23 936. WEATHERED LIMESTONE-tan 50/%" 50l'/i' 5 50/'/=' 10 927.0 LIMESTONE-gray C 50/%" m 15 50/'/<" m 'c m a ai L O N = 50l'/<" E 20 919.0 50l'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=933.0 Feet o Approximate Grading=6.0 Feet Cut m m a co 0 O d O C 7 1 L y O Material boundaries area proximate:in situ.transitions may be gradual. Driller: Plate A.18 Drilling Method:Continuous Flight Augers Log Project No. B-16 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ Block 62, Lot 16 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R I N.G 32.739800 N While Drilling Not Observed 8-23-21 Longitude At Boring Completion Not Observed 97.581500 W End of Day Not Measured a y = Q CD Dl w L Q �' N Q, N y Y C 0 C c >+ m e a �w c �•- oEF d o t ~ o m U E z yE a E, a Stratum Description ` z o a J c fn m N F- lC ,N > W N V E co w Approximate Surface Elevation=946.0 feet O vi a a<n LL-PL-PI M (n o m y FAT CLAY(CH)-dark brown to tan,with ferrous stains 4.5+ 20 4.5+ 51-21-30 9 0.1 90 942.0 SANDY LEAN CLAY(CL)-brown to tan,with ferrous 5 stains 50/1" 53 'X 939.0 WEATHERED LIMESTONE-tan 50/1" 42 36 16-2 331 50/'/4' 10 50/'/4' 932.O o LIMESTONE-gray 50/'/4' e 15 50/'/<" �i d 0 a: t 0 iu C E 2 926.0 50l/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=949.0 Feet o Approximate Grading=3.0 Feet Fill a m m N ca O7 N C O U N O C 7 L N Ql C .o Malenai haundanes area mate;in situ,transilions may be mdual. N Driller: Plate A.19 F Drilling Method:Continuous Flight Augers Log Project No. Walsh Ranch Phase 3 PA3W B-17 21-25426 W. Terminus of Walsh Avenue Boring Location R O N E Block 13, Lot 38 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739070 N While Drilling Not Observed 8-18-21 Longitude At Boring Completion Not Observed 97.58150°W End of Day Not Measured o ° o 0 of d r y yl N y ul C En C CL o � o ° �•� E z a;- m .. d w E Stratum Description z J d ca rn M lu mM a a�i a�i and o 3 C o Approximate Surface Elevation=951.0 feet O Cn a W a to LL-FL-PI 2 co o M U FAT CLAY(CH) dark brown to tan,with ferrous stains 4 5+ 8 4.5+ 9 5 3.50 91 66-18-48 23 2.8 101 945.0 WEATHERED LIMESTONE-tan 50/'/z' 50/% 10 937.0 o LIMESTONE-gray 50/'/<" 50/'/<" U .0 J= N O O1 L O N 50/'/<" 931.0 Boring Terminated at Approximately 20 Feet Proposed Elevation=953.0 Feet o Approximate Grading=2.0 Feet Fill v m m ?. co 'O N N C U a) O C 7 N Ol C Material boundaries areapproximate:in situ,transitions may be gradual Driller: Plate A.20 Drilling Method:Continuous Flight Augers Log Project No. B-18 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��N E Block 13,Lot 44 Fort Worth, Texas Latitude Water Level Observations(Beet) Date E N G I N E E R I N G 32.738350 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed w 97.581480 W y Measured =_ a End of Da Not � =o a cm r $ c > m o a c04 •— o d a o r a c >•— Q z d E t) a, y Q E a Stratum Description L z o = a J o w N lC m CL M C M .N > w m uE mam rn W Approximate Surface Elevation=970.0 feet 3.0 vai a W (,LOU) LL-PL-PI U) o =0 FAT CLAY(CH)-dark brown to tan,with ferrous stains 4.5+ 8 4.5+ 84 52-19-33 12 5.9 113 6,960 5 4.00 23 964.0 SANDY FAT CLAY(CH)-tan,with ferrous stains 4.00 59 67-26-41 22 4.5+ 18 10 958.0 WEATHERED LIMESTONE-tan,with clay layers ii 50/'/i' 2 15 50/'/<" I m 0 m L O m 4.5+ 18 M 2 20 950.0 a) Boring Terminated at Approximately 20 Feel Proposed Elevation=976.0 Feet E Approximate Grading=6.0 Feet Fill v m m m CL _w aD a C O U m d O C J L N m Material haundanes area rmumate:m sftu.tranmuons may 8e gradual. Plate A.21 F[��Continuous Flight Augers Log o.Project N B-19 2cto. 6 Walsh Ranch Phase 3 PAM W. Terminus of Walsh Avenue Boring Location R�� r Block 68, Lot 3 Fort Worth, Texas fr► G Latitude Water Level Observations(fBet Date E N G I N E E R I N G 32.737670 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed 97.58143°W End of Day Not Measured a N °' N r N Y M E a x d a n o a•- o a> a,o c c o U E.. Z YE ww 2 - Stratum Description °' z °' C _' Q a y �' Q > v m ° m ° '� > a = 0 E rn to a a m m M.d o 3 Z` a o Approximate Surface Elevation=983 0 feet �O rn a Ix a to LL-PL-PI FAT CLAY(CH)-dark brown to tan 4.5+ 6 4.5+ 21 5 4.5+ 88 43-18-25 21 4.5+ 16 975.0 SANDY FAT CLAY(CH)-with ferrous stains and limestone fragments 3.50 47 55-20-35 18 1 4.5+ a 15 is U D a1 N r O 4.25 22 C E 963.0 20 Boring Terminated at Approximately 20 Feet w Proposed Elevation=979.0 Feet o Approximate Grading=4.0 Feet Cut v m a iu a N U U O C 7 N _9 C Mafenal boundanes area ro1["Te:In sew U wsileRRS(nay be gradual Driller: Plate A.22 Drilling Method:Continuous Flight Augers Log Project No. B-20 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��� Block 69,Lot 1 Fort Worth, Texas RO N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736970 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed 97.58144°W End of Day Not Measured CL N t d1 a y y N G7 N C C a ~ > — U 04 Z yE U 3' dw E Q Stratum Description o = a a J e w N m °' iaa H Cm rna>, d z!a = c°� E y w Approximate Surface Elevation=973.0 feet �O vi a ix m u) LL-PL-PI 2 do o �U FAT CLAY(CH)-light brown.with ferrous stains 4.5+ 90 66-25-41 19 4.5+ 17 5 4.5+ 14 967. LEAN CLAY(CL)-tan,with ferrous stains 4.5+ 87 48-19-29 19 0.2 107 4.5+ 13 1 Q 4.5+ 15 'c m a 955.0 o WEATHERED LIMESTONE-tan a E 20 953.0 50l%" Boring Terminated.at Approximately 20 Feet Proposed Elevation=977.0 Feet o Approximate Grading=4.0 Feet Fill m 0 U N O C U 7 L N L71 .71 C 'o AdatzWl Wedartes area ' W In situ Irmiswpn8 be raduat N Driller:Drilling Method:Continuous Flight Augers Plate A.23 Log o.Project N B-21 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ©O NE Block 69, Lot 5 Fort Worth, Texas IZ Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736340 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.581420 W End of Day Not Measured c a N N r N y C M c a —y c a a o .0= o w v,o � c F> c > o U E� Z « E vi Stratum Description z o J w C e Q r o C C CL N E > :% N H C f0 rn > •N N v E M W ma a mm m� 0 3 Z' co Approximate Surface Elevation=969.0 feet O rn a W a LL-PL-PI cn o t� FAT CLAY(CH)-dark brown to tan 4.50 18 4.5+ 15 5— 4.5+ 21 4.50 91 65-20-45 21 3.1 107 — 4.50 21 10— r 4.5+ 14 O ' 2 15— m U C U Q1 p L O _0 4.5+ 98 57-22-35 24 C E 949.0 20— Boring Terminated at Approximately 20 Feet Proposed Elevation=971.0 Feet o Approximate Grading=2.0 Feet Fill a� m N N N C O d O C 7 N 01 O 0 Material boundaries area oroximate:in situ,transitions may be gradual .T Driller: Plate A.24 Drilling Method:Continuous Flight Augers Log Project No. B-22 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RONE Block 70, Lot 28 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R VG 32.735790 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.581420 W End of Day Not Measured Q y CD = a O 01 d L a N 41 N y w L M C c c m Cc a M o a= o M o E Stratum Description C r J U �_ M R ~ E 6 to J '= C y 10 ` Z C C Q o E M a) �' N C M Iq N N V w W Approximate Surface Elevation=960.0 feet �O vai a m a in LL-PL-PI 2 to o` c i FAT CLAY(CH)-light brown,with ferrous stains 4.5+ 16 4.5+ 83 54-17-37 14 5 4.50 19 4.50 98 58-20-38 19 10 r 4.5+ 22 a `' 15 'c U m L O N C C E 20 940.0 4.5+ aD Boring Terminated at Approximately 20 Feet Proposed Elevation=963.0 Feet o Approximate Grading=3.0 Feet Fill a m M CL c 0 m n 0 C U 7 L N 'o Material boundarks area oximate•m situ.transiGorts maybeWadual. a Driller: F Plate A.25 Drilling Method:Continuous Flight Augers Log o.Project N B-23 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ VG Block 71, Lot 6 Fort Worth, Texas OJ Latitude Water Level Observations(feet) Date E N G I N E E R 32.735210 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.58142°W CL End of Day Not Measured = N °' N N N y In C 2 E O a Nr O dY U N N o c > — U E z y E a £ a Stratum Description _J 0 z �, J o a o 3 0C N N E > +O-� N F- a lD •0 > N Cf V E M w ma a m m to d o 3 c o Approximate Surface Elevation=954.0 feet 3:O to a W a rn LL-FL-PI 2 rn 0 U SANDY FAT CLAY(CH)-light brown,with ferrous stains 4.5+ 32 4.5+ 53 53-20-33 10 950.0 LEAN CLAY(CL)-tan,with sand 5 4.5+ 80 36-20-16 18 4.25 20 3.50 20 10 r 4.5+ 18 15 'c c U p� �1 a1 w 936.0 o LIMESTONE-gray a� 50/'/i' E 20 0 934.0 50/'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=956.0 Feet o Approximate Grading=2.0 Feet Fill m m m N CU N N 'O C O O C J Material boundaries are ao roximate:in situ,transitions may be gradual. Driller: Plate A.26 Drilling Method:Continuous Flight Augers Log Project No. B-24 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue FRONE Block 71,Lot 10 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.734570 N While Drilling Not Observed 3-20-02 Longitude At Boring Completion Not Observed 97.581390 W End of Day _ Not Measured a y O Im 41 L Q G _ CV y N C C o = mo a �,« o o= o a >•— z dE O d w E Stratum Description °'�° E CM M'c r J d " A Q •' f' C w G L Q 7 ° •C � CL rn m m 4 a r-%A ui y �' v = u E w Approximate Surface Elevation=941.0 feet �O tan a X a u) LL-PL-PI E m o c� SANDY FAT CLAY(CH)-light brawn,with ferrous 4.5+ 51 51-19-32 16 stains 939.0 WEATHERED LIMESTONE-tan 50/2" 5 50/1" 50/13/4" 1 9 50/'/i' 50/1" m 15 50/'/i' m 0 w 923..0 o LIMESTONE-gray a 2 20 921.0 50%%<" Boring Terminated at Approximately 20 Feet = Proposed Elevation=M.0 Feet E Approximate Grading=4.0 Feet Fill m N 1 N N U C O U N O C M 0 L U1 a7J C b Material hqunderieb are a wow,in situ.UanrAam W cndual. A Driller. Plate A.27 Drilling Method:Continuous Flight Augers Log Project No. B-25 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� C G Block 28, Lot 43 Fort Worth, Texas R Latitude Water Level Observations(feet) 1 Date E N G I N E E R I N G 32.733940 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.581380 W End of Day Not Measured c a o ai r a7 N y N d r C a7 C G $ y C ta. N - .2= O N a 0 c > o V E.. Z � E U � mw F Stratum Description °' z a a Z. `o ` Q 0 N w m.0 a m ai to.0 0 3 �' c 0 Approximate Surface Elevation=926.0 feet �O co a W a to LL-PL-PI 5 to o Da) 0 c� FAT CLAY(CH)-dark brown to tan,with ferrous stains 4.5+ 32 4.5+ 92 72-25-47 20 5 4.5+1` 14 920.0 SANDY FAT CLAY(CH)-tan 4.5+ 55 50-20-30 14 4.5+ 17 10 916.0 WEATHERED LIMESTONE-tan 50/'/2 50/'/4' m 15 d a a Y 908.0 o LIMESTONE-gray a 50/'%" E 20 10906.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=937.0 Feet o Approximate Grading=11.0 Feet Fill a m m C O d O C ' Material boundaries areapproximate:in situ.transitions may be gradual Driller: Plate A.28 F1 Drilling Method:Continuous Flight Augers Log Project No. B-26 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^^ Block 13, Lot 15 Fort Worth, Texas R V N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.743630 N While trilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed 97.580810 W End of Day Not Measured a N CD _ «r a O O1 N L a N y N y w L 0 C C = N 0p d N r p d 0 .0 -c.2 i .0 >'- C) z E V d ul E °' Stratum Description � o �\ r J -= T C. ; ` Z C C C Q 3 o C C in E 07 � W c m uyi > H m = E m y w Approximate Surface Elevation=901.0 feet �O a a W n U) LL-PL-PI 2 vni o M c) FAT CLAY(CH)-dark brown to tan,with ferrous — — 900.0 stains 15-33-50/1" WEATHERED LIMESTONE-tan 50/3" 5 50/2" 50/1" 50/3/<" 10. 50/'/z' a 50l'/z' 0j 15 50/%" U LC l] d 9 Q1 L O N Boring Terminated at Approximately 20 Feet y Proposed Elevation=94$.0 Feet o Approximate Grading=7.0 Feet Fill a d a m m :o c 0 U N O C 7 L rq C o Maleral boundaries are a unate:in sltu.tlarrsilions be raduaE, Driller: Plate A.29 F Drilling Method:Continuous Flight Augers Log o.Project N 8-27 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R^�VG Block 67, Lot 4 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R 32.742970 N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed e 97.58080'W End of Day Not Measured o = a a o I71 N L C N N N d w 0 N N >° v E Z V.- 0 t E Stratum Description z a J y >` CL > `wd c da ym N - oQ rn N w ma a m a3 tad o 3 C o Approximate Surface Elevation=918.0 feet O to a w a in LL-PL-PI '2 rn 0 M 0 FAT CLAY(CH)-dark brown to tan 4.5+ 21 916.0 LEAN CLAY(CL)-brown to tan,with ferrous stains 30-34-30 N=64 28-26-36 12 5 N=62 50/6" 10 909.0 WEATHERED LIMESTONE-tan 50/3" 68 39-12-27 9 10 904.0' q LIMESTONE-gray 50l'/<" a 50/'/2 15 U C [r] v q L O N = 50/'/2 E 20— 898.0 50/'/4' Boring Terminated at Approximately 20 Feet w Proposed Elevation=914.0 Feet o Approximate Grading=4.0 Feet Cut 0 a� m CU CL N N N O U O C 3 J iN OS O 0 Material boundaries are approximaW in situ,transitions may be gradual. .T Driller: Plate A.3U Drilling Method:Continuous Flight Augers Log Project No. I B-28 21-25426 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Baring Location E Block 67, Lot 1 Fort Worth, Texas R O W Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.74233' N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed 97.58079'W End of Day Not Measured a N O pl I 07 t Q CL 04 y N C C c mo a �, o �= C d �o >•— U 2 yE U drn y ECL CL Stratum Description ��° o �\ =J e w G N cc E m rw F— � m w > H c°� E rn cL W Approximate Surface Elevation=917.0 feet �O 1 U)0. a W a fA LL-PL-PI 2 to a M U LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 8 50/3" 7 5 912.0 50/6" 74 32-13-19 12 WEATHERED LIMESTONE-tan i 50/1" 50/'/i' i 50/%" 10 50/Yi' 903.0 o LIMESTONE-gray 50/% V 15 50/'/i' U C U N O O L O N 1 S 20 4 897.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation=918.0 Feet o Approximate Grading=1.0 Foot Fill a Q) 0 0 U N O C J L y Material twundanes area rox�maie;In snu,lranSiligri5 ma be :adual. " Driller:Drilling Method:Continuous Flight Augers Plate A.31 Log o.Project N B-29 2cto. 6 Walsh Ranch Phase 3 PA3W Terminus of Walsh Avenue Boring Location W. RO Block 65, Lot 2 Fort Worth, Texas NE Latitude Water Level Observations(feet) Date E N G I N E E R IqG 32.741690 N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed °a 97.580780 W End of Day Not Measured w o N N N y w C M s= G ' O a a0+w G �= $ O O o ~ a d m E Z E m d w a E a ;, Stratum Description z Oa) n _ r- a a O J o a c= aJ a c N Na) Ma a a�ia1°i and 0 3 co LLJ Approximate Surface Elevation=916.0 feet 3:O to a W a In LL-PL-PI 2 to LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 12 4.5+ 100 29-14-15 6 911.5. 5 WEATHERED LIMESTONE-tan 50/4" 10 50/1 t/2" 50/%" 1 942.0 v LIMESTONE-gray 50/%" 50/'/2" 15 V C U m t O N ; 50/%" 20 896.0 50P/<Boring Terminated at Approximately 20 Feet Proposed Elevation=920.0 Feet o Approximate Grading=4.0 Feet Fill `m N U co N N C U d O C 5 —�fn CA O Material boundaries are aooroximate:in situ,transilions may be gradual. Driller: Plate A.32 Drilling Method:Continuous Flight Augers Log Project No. B-30 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ~ Block 63, Lot 8 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I GG 32.741020 N While Drilling Not Observed _ 8-19-21 Longitude At Boring Completion Not Observed 97.58076'W End of Day Not Measured a w c r a o ai d r a N y w C r c > c a d 6 �'= C iu � o a a Stratum Description .� 0 o a o -E w J M ~ E 01� J != y N 10 Va • CL UN N C M to 5 E NW a i'can)Surface Elevation=918.0 feet O vi a W LL-PL-PI 2 N o M LEAN CLAY(CL)-brown to tan,with ferrous stains 3.00 27 40-16-24 14 916.0 WEATHERED LIMESTONE-tan 50/'/2 5 50P/4' 50P/z' 10 50P/4' n 50/'/4' 15 50P/4' 902.0 LIMESTONE-gray 0 a L cc O N U ' E 20 898. 50/%" Boring Terminated at Approximately 20 Feet ME Proposed Elevation=926.0 Feet o Approximate Grading=8.0 Feet Fill a m to m N U O7 N C O U N d O C a 3 L y O) C .o Matenal 6oundartes area raoamate:0 situ.transitions maybe radual, Driller.DrillinPlate A.33 Method:Continuous Flight Augers Log Project No. B-31 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��''11 A Block 63, Lot 24 Fort Worth, Texas R V 1�! E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740430 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed 97.580780 W End of Day Not Measured a N 0 of m t a d N r N y r C ( C a r- a Y o c _ o -c o c l= >2 U E Z r.E V iu y E Stratum Descri tion J'° °' ° a '° p ` d a W a uE rn to w �a a m a1°i 0 3 z r- o Approximate Surface Elevation=944.0 feet O rn a W a N LL-PL-PI 2 cn G :)U FAT CLAY(CH)-brown to tan,with ferrous stains 4.5+ 12 4.5+ 98 109-36-73 25 101 4,980 5 4.5+ 14 938.0 WEATHERED LIMESTONE-tan 50/Yz' 50/'/z' 10 S 50/'/i' �' 15 50/'/<" 928.0 m LIMESTONE-gray L O N U 50/'/<" E '924.0 50/'/<" 2 20 Boring Terminated at Approximately 20 Feet Proposed Elevation=948.0 Feet o Approximate Grading=4.0 Feet Fill CL m Co C U L N a bMaterial boundaries area roximale:in situ.transitions may be radual. 0 a Driller: Plate A.34 Drilling Method:Continuous Flight Augers Log Project No B_32 21-25426 Walsh Ranch Phase 3 PA3W Boring Location -- N. Intersection I-30 and I-20 RO NE Date Block 62, Lot 19 Fort Worth, Texas— ENGINEER114G Latitude Water Level Observations(feet) 32-739810 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed e a 97.58077°W End of❑ay Not Measured c r t a c r r w N w O 'a) O a x U °'«� z a.E d w $ E C w OJ w - Stratum Description z w = _ a a T 0. ° m� 'w > A d of p rn E d M.0 a. mm andM co in w Approximate Surface Elevation=958.0 feet O to o. n in c) LEAN CLAY(CL)-brown to tan, -wth ferrous stains3.754.5+ 86 954.0 FAT CLAY(CH)-brown to tan,with ferrous stains4.5+ 5 3-75 90 53-21-32 17 0.0 97 4.5+ 17 10 3.00 21 L' 1 'c L u t 940.0 o WEATHERED LIMESTONE•tan 50/'/<" 20 Boling Terminated at Approximatety 20 Feet Proposed Elevation=955.0 Feet o Approximate Grading=3.0 Feet Cut ro m m R N N N .N O U O C 7 L N G o Material boundaries are a raaimale:ut srtu,traresit�ons be Driller: Plate A.35 Drilling Method:Continuous Flight Augers Log Project No. B-33 21-25426 Walsh Ranch Phase 3 PA3W I Boring Location W. Terminus of Walsh Avenue Q�NVG Block 62, Lot 23 Fort Worth, Texas ` . Latitude Water Level Observations(feet) Date E N G I N E E R 32.739120 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed e 97.580740 W End of Day Not Measured = a N o N N N a`�+ N y Dl C $ O H 6 >'E V E'er Z "E y vNi r E m ° Stratum Description ° .`r C N w w a go a) � W o 3 Z` co Approximate Surface Elevation=970.0 feet 3:O rn a W a U) LL-PL-PI 2 to o U LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 13 968.0 AT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 88 49-15-34 11 5 4.5+ 11 4.25 19 4.5+ 99 67-19-48 21 107 10 r 4.5+ a 15 s� a rn L O 951.0 WEATHERED LIMESTONE-tan 50/3/4' E 20 4 950.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=970.0 Feet o Approximate Grading=0.0 Feet Fill v m m m N a co a C O O C 7 1 A N O1 C Material boundaries area roximate:in situ,transitions may be gradual Driller: Plate A.36 Drilling Method:Continuous Flight Augers Log Project No. B-34 21-25426 Walsh Ranch Phase 3 PA3W W. Boring Location Terminus of Walsh Avenue V R� Block 62, Lot 6 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E tR1 32.738360 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed 97.580720 W End of Day Not Measured a C o at m t a a a dy c 0 c > mo a �w o �= p d o ~ p > — U w Z .p.E U � drn E °' Stratum Description �° o Ism _ E o to d � a N oQ W �.0 an rn2 3 Z c0 N Approximate Surface Elevation=982.0 feet �O t a a.u) LL-PL-PI w G U LEAN CLAY(CL)-brown to tan,with ferrous stairis 4.00 94 78-28-50 33 980.0 WEATHERED LIMESTONE-tan 50/2" 5 50/1" 50/2" 10 50/11/2" 969.0 SANDY LEAN CLAY(CL)-tan 4.5+ 72 55-17-38 25 m 1 U L 0 O 41 N L O N 0 18-50/3" aEi 2 X962.0 Baring Terminated at Approximately 20 Feet Proposed Elevation=979.0 Feet o Approximate Grading=3.0 Feet Cut n m 4 N N N C O U N O C J L y O C o Material boundaries area rmt •in situ uwtsittans ma he aduai. A Driller: Drilling Method:Continuous Flight Augers Plate A.37 Log Project No. B-35 2ct 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� GC Block 24, Lot 26 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737690 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.580700 W End of Day Not Measured CDa a r W N d r CD C _ a mw o C y V E Z ID m ._ E 2 Stratum Description z o Y G w �, a , e m E > « w I— cr�o N > m SE to w ra a a m a� m o ; Z c o Approximate Surface Elevation=987.0 feet O to a tY a to LL-PL-PI 2 to 0 U LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 14 985.0 FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 14 5 4.5+ 86 58-16-42 11 3.7 107 4.5+ 82 54-16-38 12 4.5+ 15 123 12,260 10 4.5+ 17 O 15 w U u m �i rx L O 4.5+ 18 C CU E 967.0 20 Boring Terminated at Approximately 20 Feet w Proposed Elevation=979.0 Feet o Approximate Grading=8.0 Feet Cut i6 m a a CU -o N 0 U O C y O] 0 Maierial boundaries are s ximaie•in situ.Srans±Gons rnay he qmduat. Driller: Plate A.38 Drilling Method:Continuous Flight Augers Log Project No. B-36 21-25426 Walsh Ranch Phase 3 PAM Boring Location W. Terminus of Walsh Avenue �� Block 24,Lot 22 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736970 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.580660 W End of Day Not Measured a N o = a 0 IM 2 Q C y� CV `y.N. L 2 C c m o IL mw a .0 o d �o o >: U Z yE U min a a Stratum Description z o e a J o w o E d m c m� N (D w — o c. ra �� a. c m 3 2` c o ti W Approximate Surface Elevation=966.0 feet O vai a m co LL-PL-PI 2 U) o M L) FAT CLAY(CH)-brown to tan,with ferrous 5tairis 4.5+ 90 62-24-38 15 964. FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 16 5 4.25 19 4.5+ 13 4.5+ 78 53-20-33 18 10 4.50 15 C m 0 O1 L O N = 4.50 28 20 94&.- Boring Terminated at Approximately 20..Feet Proposed Elevation=975.0 Feet o Approximate Grading=9.0 Feet Fill C CL a C O U7 O C J L N �1 C o nea€erW boundarlea area roxmate•in situ,"rk5ilionsi may be qraiJual. Q Driller: Drilling Method:Continuous Flight Augers Plate A.39 Log o.Project N B-37 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R O NVG Block 28, Lot 24 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.736370 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed e 97.580650 W End of Day Not Measured = a N o t a r CV N C 0 C $ a c a M o a= o � a o O c >= U Z y d rn E Stratum Description °' zCL J C V! J o = �� a w � N T •Ch > d d C d to > Q N 4, = o f tL �M a W0 mm 0 3 i=' r- o Approximate Surface Elevation=954.0 feet O to a W a in LL-PL-PI 2 rn G M U FAT CLAY(CH)-brown to tan,with ferrous stains 4.5+ 21 4.5+ 95 58-18-40 24 5 4.5+ 14 3,50 84 65-20-45 19 0.0 101 4.00 24 10 940.0 o WEATHERED LIMESTONE-tan 36-50/2" 13 CL X 15 U U U7 O CM L O N 50/'/i' E 20 0 934.0 50/'/4' Boring Terminated at Approximately 20 Feet mq Proposed Elevation=966.0 Feet o Approximate Grading=12.0 Feet Fill m ro m m N a M m a c 0 0 c --w rn _2 r31 C 0 Material boundaries areapproximate:in situ,transitions may be gradual 7.0 Driller: Plate A.40 F Drilling Method:Continuous Flight Augers Log Project No. B-38 21-25426 Walsh Ranch Phase 3 PA3W Boring Location — W. Terminus of Walsh Avenue RONE Block 70, Lot 4 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735810 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.580630 W End of Day Not Measured a w o - a a _ � `mom `� �« m c $ 6 ~ c m o a a�w o a E ci >•— U Z y._ m rn Q E °' Stratum Description °' E m T a Lz o r = Q I ` o e w Approximate Surface Elevation=954.0 feet �O ran a M a in LL-PL-PI 2 rn o t) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4 5+ 19 4.5+ 98 65-19-46 19 5 4.00 18 -with sand 4.25 79 71-29-42 24 3.0 110 946.0 WEATHERED LIMESTONE-tan 50/1" 10 50/'/i' a 50/%" 2 15 50/'/i' V u m 0 rn L O N E 20 934.0 50%%4" Boring Terminated at Approximately 20 Feet Proposed Elevation=961.0 Feet o Approximate Grading=7.0 Feet Fill a m 0 `m CL iu a c 0 m n 0 0 L N Cn _0 G+ C o Material boundaries area razimale:in situ.transiimns he gradual. N Driller: Plate A.41 Drilling Method:Continuous Flight Augers Log Project No, B-39 21-25426 Walsh Ranch Phase 3 PA3W Boring Location N. Intersection 1-30 and 1-20 r Block 70, Lot 9 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.73523' N While Drilting Not Observed 8-10-21 Longitude At Boring Completion Not Observed e 97.58059°W End of Day Not Measured = a N o y r a N (A N y w = 0 a m � a ::� c a•- o o 0 o c > V E Z d w Q E a Stratum Description J E „ _ J _ o � C= a z o C N rnCL E > +�+ u�i l— C M -y > •N N = V E m w m.0 a mm m.d o 3 c o Approximate Surface Elevation=943.0 feet 3:O to a W a to LL-PL-PI 2 rn 0 =c) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4 5+ 8 4.5+ 93 57-23-34 15 939.0 TF- WEATHERED LIMESTONE-tan 5 50/'/<" 50l'/i' 50/%" 50/% to— LIMESTONE 929.0 $ -gray 50/'/<" a 50/'/," 1 .0 LL.1 4i 6 Q1 L O N 50/'/<" E 2 923.0 50/'/<" Boring Terminated at Approximately 20 Feet mq Proposed Elevation=948.0 Feet o Approximate Grading=5.0 Feet Fill m d CU a, C O J L N Q1 C Marenai 6°undarias ere a mximata;In s tu.lr2nsiiians be gradual. `a 2 Driller: Plate A-42 Drillin, Method:Continuous Flight Augers Log Project No. Walsh Ranch Phase 3 PA3W B-40 21-25426 W. Terminus of Walsh Avenue Boring Location R O N "��' Block 70, Lot 13 Fort Worth, Texas Latitude Water Level Observations(feet} Date ENGINEERING 32.734610 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed o. w 97.580590 W End of Day Not Measured o r a Im N Ul C 0 E a do °- dw z yE V wv, * p tT c >l: U Stratum Description `° E C °' r J - J 0 Y � �e Q y � C C E Z — ° p E a>i a aci a10i m ° 3 �' c o in w Approximate Surface Elevation=937.0 feet 3:O to a a rn LL-PL-PI rn o U CLAYEY SAND(SC)-brown to tan,With Ferrous stains and limestone fragments T4.5+ 21 4.5+ 28 28-18-10 10 � 933.0 WEATHERED LIMESTONE-tan 4111 EO/ 5 411 50/'/<" 50/%" i 923.0 o LIMESTONE-gray 50/1" 50/'%' � 15 CU U C O C" L O N 50/% E 917.0 20 50l'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=939.0 Feet o Approximate Grading=2.0 Feet Fill T M D p N O U O C J O L V G 11 • Malsnal 4011Ild3rlsG area ro>oi�ti9rs:in Situ.trareBiliPnS rR[i be radu7l. Driller: Plate A.43 Drilling Method:Continuous Flight Augers Log Project No. B-41 2c-o. Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 28, Lot 41 Fort Worth, Texas RONE ILatitude Water Level Observations(feet) Date E N G I N E ONG 32.73395° N While Drilling Not Observed 8-11-21 LLLongitude At Boling Completion Not Observed e 97.580580 W End of Da Not Measured e N 0 of ;? t a c > o V E Z d.- m dw E % Stratum Description z _ a r aCL a' to E v 07 w Fo— c m .y > d �, toi E N w m� a as m m.2 0 3 c o Approximate Surface Elevation=925.0 feet �O cn a W a 6 LL-PL-PI 2' rn a U LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 23 4.5+ 12 5— 4.5+ 77 38-17-21 12 -1.3 117 4.5+ 12 917.0 - - WEATHERED LIMESTONE-tan 4.5+ 50 33-14-19 13 10 914.0 SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments o 50/%" a 50/'/2 15 8 'c �i L O U 50/%" ca E 20 905.0 50/'/<" Boring Terminated at Approximately 20 Feet Y Proposed Elevation=934.0 Feet o Approximate Grading=9.0 Feet Fill v m n CU iu 0 a 0 C 1 -�In LSl _O L71 C `o Material tsaundengs area pproximale7 in sisu.4-,owians may be gradual Driller: Plate A.44 F Drilling Method:Continuous Flight Augers Log Project No. B-42 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RAN E Block 13, Lot 12 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.743640 N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.58019°W �_ a w End of DayNot Measured w c a O D) r L a $ r N y N C C C $ C yo a yY O �= O •N � O � — E z " � cui Y E 2 ° Stratum Description J °' w m co E � � `o c� Q � a m tV n I— C 10 •to y N ?� C O w Approximate Surface Elevation=912.0 feet � ai O v a IY a in LL-PL-PI 20 to G :3 L) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 7 910.0 WEATHERED LIMESTONE-tan,with clay layers 50/1" 8 50/1" 5 50/1" 10 r g 50/3" 79 38-14-24 17 1 m 0 CM i O (U 0 892,0 5o/iz' 2 Boring Terminated at Approximately 20 Feet Proposed Elevation=910.0 Feet E Approximate Grading=2.0 Feet Cut m m C0 co Q) 0 O U N O C J L y 61 co C •� Ma[erial Wuadam.are 'mete•in sllu.UsnSitiAns ma be radual. 0 Driller: Drilling Method:Continuous Flight Augers Plate A.45 Log o.Project N B-43 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RON Block 67, Lot 7 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R qG 32.743020 N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.58016°W End of Day Not Measured = a N O O r t y y N y w C En C d C O. �O-'N G ._. O j O O O ~ E >= H E � Z W.- 0 ' tStratum Description z a " L J ` O C �� J e C w N a m � E O _ a M to m. a mw m� 0 3 it co U) Approximate Surface Elevation=929.0 feet O Un a a a cn LL-FL-PI 2 W o U CLAYEY SAND(SC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 25 33-18-15 7 927.0 WEATHERED LIMESTONE-tan 50/4" 21 50/3" 5— 50/1" 10 a 50/1" 2 15 �o U LC U d L O 910.0 LIMESTONE-gray 50/'/<" E 20 909.0 Boring Terminated at Approximately 20 Feet t Proposed Elevation=920.0 Feet o Approximate Grading=9.0 Feet Cut m M m N N N .N O U d O C 1 UI Ol c Material boundaries area roximale:in situ,transitions ma be radual v N Driller: Plate A.46 F Drilling Method:Continuous Flight Augers Log Project No. B-44 21-25426 Walsh Ranch Phase 3 PA3W �. Boring Location W. Terminus of Walsh Avenue ^ Block 6, Lot 11 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.742370 N While Drilling Not Observed 8-23-21 Longitude At Boring Completion Not Observed 97.58015°W End of Day Not Measured a tll c ar = a a m w dW c rn = $ c �, m o (L �,Y o .0= C d a.2 CL T ~ p > — L) Z y E U d m a Stratum Description z o e a o ._ CD 0 m N -� rn H c M •W > rn d V E N rn w Approximate Surface Elevation=937.0 feet �O vi i a ia) LL-PL-PI 2 m o �v / LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 27 36-19-17 8 935.0 _ WEATHERED LIMESTONE-tan 50/%" 5 50/'/' i 50/1'/2" 1 50/'/' 925.0 LIMESTONE-gray m 15 50/'%" m n rn L O N E 20 917.0 50//<" Boring Terminated at Approximately 20 Feet = Proposed Elevation=928.0 Feet o Approximate Grading=9.0 Feet Cut a 0 is m iu N co 2 N C O U N O C 0 L N �1 co G 6 Malerlal boundarfes are rmdmele:in situ,transitions m pa gradual. N Driller:Drilling Method:Continuous Flight Augers Plate A.47 Log o.Project N 8-45 2ct No. 6 Walsh Ranch Phase 3 PA3W Baring Location W. Terminus of Walsh Avenue Block 65, Lot 8 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.741700 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed e 97.580110 W End of Day _ Not Measured o a a O Im y; L N N N d r C C7 C T $ N rp O. d o p d._ O C >•- V Z .O.E U d N w Stratum Description °' z �_ �� J w d >' O. •; 07 N O N 9 N N Q N ° D O O. N M to M.0 a 4)i 0 m A 0 3 a o Approximate Surface Elevation=937.0 feet O en a� a(0 LL-PL-PI 2 to o M U LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 15 935.0 WEATHERED LIMESTONE-tan 50/'/z' 50/'/2 5 50/'/' 50/'/4" t0 923.0 LIMESTONE-gray 50//4" E 15 U LC 1 m a L O N = 50//4` E *917.0 50//4" 20- Boring Terminated at Approximately 20 Feet TP Proposed Elevation=944.0 Feet o Approximate Grading=7.0 Feet Fill m ro `w w N a M m a c 0 n 0 c Material bmndaries are a -mate:in situ.Ifansilt°rr5 m2X be radual. Driller: Plate A.48 Drilling Method:Continuous Flight Augers Log Project No. B-46 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RAN E Me Block 65, Lot 11 Fort Worth, Texas Latitude Water Level Observations et] Date E N G I N E E R I N G 32.741020 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed 97.580120 W End of Day Not Measured a y o L Q o w w r C _ N aLd.. N y N C C O T c N O a yr o �w O N -°.2 t ~ >•- U Z y E U 3: w a a ;, a Stratum Description `z o = r e a J w G to E a>i w d o del rn d N _ o a 10 i6.0 F- C W M y 3 i:' L O w Approximate Surface Elevation=926.0 feet O vai a°w a uw LL-PL-PI G t� SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 54 39-18-21 11 98 922.0 WEATHERED LIMESTONE-tan 5 50/'/<" 50/'/z' 50/'/i' 1 50P/4' 912.0 a LIMESTONE-gray 50/'/i' Iv 1 50/'/4' CD a a L O U 20 906.D 50/%4' Boring Terminated at Approximately 20 Feet Proposed Elevation=946.0 Feet o Approximate Grading=20.0 Feet Fill a m m `m m N U N N C O U N O C U 7 L pNf O C -� Male"boundaries area M:in situ Uar(MO n5 may be gradual. 0 A Driller:Drilling Method:continuous Flight.Augers Plate A.49 Log o.Project N B-47 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 63, Lot 21 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740460 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed 97.580090 W End of Day Not Measured c = a a O Ol r L ai N N y r C L a d r a y;« 6 �•- o d o 6 ' > o v E Z YJ ) a E a Stratum Description ` z c M c a� s= r- a E e Q r e = y ai N� N N y V E rn y w m.0 a aa) (D m.d o 3 i' c o Approximate Surface Elevation=941.0 feet �O a D! a rn LL-PL-PI y o V SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 26 38-18-20 10 939.D WEATHERED LIMESTONE•tan 50//z 50/'/4' 5- 5 0//2 50/'/4' 1D 927.D LIMESTONE-gray 50/'/4' 50/'/4' W 1 c� L O N 50/'/4' 2Q 921.0 50//4 2 Borin,;Terminated at Approximately 20 Feet Proposed Elevation=958.0 Feet o Approximate Grading=17.0 Feet Fill w _w ca 0 U O Cr 1 N L71 C ii Material 6aund3ries area rnxlrnate;In Situ.lrarlsilians may be qra04. Driller: Plate A.50 F Drillfn Method:Continuous Flight Augers Log Project No. B-48 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� C Block 61, Lot 22 Fort Worth, Texas G Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739840 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed 97.58008'W =_ End of Day Not Measured a � c = - o O Dl �N L > C d w 6 d O .0 O ~ p >•— U Z wE U ;, a Stratum Description z o a = r e a J rn A °' �,� c m y d d = U E y W Approximate Surface Elevation=956.0 feet �O Cn ai W m u) LL-PL-PI 2 u3i o tj LEAN CLAY(CC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 189 5 4.25 15 4.5+ 98 49-19-30 18 0.3 106 948.0 FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.00 22 1 r 4.5+ 98 55-21-34 26 15 �u G m 0 rn w 938.0 WEATHERED LIMESTONE-tan 2 E 20 936.0 500/% Boring Terminated at Approximately 20 Feet w Proposed Elevation=963.0 Feet o Approximate Grading=7.0 Feet Fill a m m 2L N M N N U C O U N O C 17 J L N O1 O m C a Matena!hdundones are a rmdmate:in s<tu•transitions may be graduM. Mn Driller: Drilling Method:Continuous Fiight Augers Plate A.51 Log N Project o. B-49 ect No. 26 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location ���� Block 61,Lot 10 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739110 N While Drilling Not Observed _ 8-17-21 f Longitude At Spring Completion — Not Observed e U 97.58007'W End of Day Not Measured o c a Q 0 IM ;? t Vl N W O7 C a G d ::« G )- O d -p O c _ >,o U Z yE m mw Stratum Description °' z a rn N W m.0 a aci 4)i m.° 0 3 Z' c o Approximate Surface Elevation=973.0 feet 3,0 v) a W m rn LL-PL-PI 2 In 1 o f U FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 76 59-18-41 12 969.0 SANDY FAT CLAY(CH)-tan,with ferrous stains and 5 limestone fragments 2.75 55 53-15-38 19 4.25 23 4.5+ 16 1 0 50/6" a _P 15 c� �i 0 m m L O 4.5+ 20 C E 2 953.0 Boring Terminated at Approximately 20 Feet w Proposed Elevation=973.0 Feet o Approximate Grading=0.0 Feet Fill m M C iu C O n O C —N m '� frtaEanal enundanes area roxirnat@:m Silu,Iransilwns ma 4e rscival- 0 A Driller: Plate A.52 Drilling.Method:Continuous Flight Augers Log Project No. B-50 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Intersection of Street A&Wals1i Ave. Fort Worth, Texas RO N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.738390 N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.580030 W End of Day Not Measured Q- N C Q a N (D tV y r C C d ~ C > (� "' Z y L) N N L E Q Stratum Description J z �o Q J ; o L w_ _ E °1 �� H c R w y N m = c°) E m to w Approximate Surface Elevation=980.0 feet �O vi a a in LL-PL-PI 2 <n o V FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.5+ 30 13 5 16-27 80 50-15-35 19 N=67 21-45-27 10 16 N=72 11-19-22 15 N=41 A2 'c m w ssz.a o WEATHERED LIMESTONE-tan iu Cz ,3 20 960.0 5 50�' Boring Terminated at Approximately 20 Feet Proposed Elevation=978.0 Feet o Approximate Grading=2.0 Feet Cut 120 m a a a C O U OJ O C 17 0 L t/J 01 O C11 C 'o Material boundaries area ruirrtate;in situ.VsnsiGpns may be raduel. a Driller: Plate A.53 Drilling Method:Continuous Flight Augers Log o.Project N B-51 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue o O N c Block 24, Lot 31 Fort Worth, Texas f[ C. Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737700 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.579960 W End of Day Not Measured CL a w o Im t N N Y,F N �y.. al C a � a �r c .10D o Cc � o $ o >o C) E Z yE m drn w E Stratum Description z a w _ C d — oa rn m w iaa a a�i a`°i an d o 3 c o Approximate Surface Elevation=979.0 feet O rn a lY a N LL-PL-PI 2 rn o MU FAT CLAY(CH)-brown and tan,with ferrous stains and limestone fragments 4.5+ 16 4.25 88 52-17-35 15 975.0 LEAN CLAY(CL)-tan,with ferrous stains and 5 limestone fragments 4.5+ 90 40-13-27 16 -0.1 114 4,440 4.25 27 4.5+ 22 10 19 3.75 `o 4 d 15 c cs m 9 �1 961.0 o WEATHERED LIMESTONE-tan 50/1" E 2 '959.0 50/'/z' Boring Terminated at Approximately 20 Feet Proposed Elevation=980.0 Feet o Approximate Grading=1.0 Foot Fill m CU iu C O C C 1 .N O7 m C 'o Material boundaries are approximate;in situ,transitions may be gradual. N Driller: Plate A.54 F Drilling Method:Continuous Flight Augers Log ject No. B-52 Pro 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��11 Block 24,Lot 17 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737000 N While Drilling Not Observed 8-12-21 Longitude At Boring Completion Not Observed 97.579980 W End of Day Not Measured a N o ar d r a p C y EF p a y r O •— p .p .� t p >•— U Z yE U ?� mrn E °' Stratum Description ° o J w a >, a m 0t- r- Q r � a rn rn W Approximate Surface Elevation=962.0 feet �O Cn a a' a in LL-PL-PI 20 to o M c) SANDY FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 17 I 4.5+ 23 61-21-40 7 5 - 4.50 22 956.0 FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 3.50 84 51-15-36 19 4.5+ 23 1 50/1 1 50/Yz" crS m w 944.0 o WEATHERED LIMESTONE-tan,with clay layers 4.5+ 15 M E 2 942.0 Baring Terminated at Approximately 20 Feet i Proposed Elevation=975.0 Feet o Approximate Grading=13.0 Feet Fill is ra M 0 U N d O C 7 L N _O '= MaleyW boundaries area roAmale;in situ,transition nBy be gradual- Driller: Plate A.55 F Drilling Method:Continuous Flight Augers Log Project No. - B-53 2ct 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 28, Lot 18 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736400 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed e 97.57997'W End of Day Not Measured a n 0 0l d t a a`O+ N N L C d y C a N O �_ O 9•2 o c >,o L) �.. Z :: E V mw E °' ° Stratum Description z �� J w a a m `o 5 =' Q 3 _ _ = a °7 to E ' °' w t— a m u, > �' = c°� E w ma a 0 0 m L 0 3 ir' c o Approximate Surface Elevation=953 0 feet �O rn a IY a rn LL-PL-PI 20 W o c� FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 20 4.5+ 90 64-22-42 22 -tan,with ferrous stains and limestone fragments 5 4.25 20 4.5+ 92 66-18-48 20 3.50 18 1 941.0 WEATHERED LIMESTONE-tan,with clay layers 0 50/1" 50/'/2 B 15 �o U C V G1 O C L O N 50/'/i' E 20 0 933.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=967.0 Feet o Approximate Grading=14.0 Feet Fill a d a m ,3 CU a� a c O d O C l (n C •� Material boundaries are aooroximale:in silu,transitions maybe radual. Driller: Plate A.56 F Drilling Method:Continuous Flight Augers Log I Project No. B-54 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R�N E Block 28, Lot 29 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735850 N While Drilling Not Observed 8-11-21 Longitude At Soring Completion Not Observed 97.57996'W End of Day Not Measured Q N co, - a ,� N 6 c 6o a 0 dw o — C d 13 t p > — U Z E U d N a E, a Stratum Description `z o a J 3 0 = w 10 NCL ) H R •W Q>, 4 N l7 w Approximate Surface Elevation=944.0 feet �O tan a m a in LL-PL-PI 2 0) o U FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.50 18 4.5+ 91 66-25-41 17 5.6 108 5 4.5+ 13 4.25 23 935.0 WEATHERED LIMESTONE-tan 50/1" 1 D 50/'/i' c 50/'/i' m 15 50/%" m a rn 926.0 o LIMESTONE-gray C E 924.0 50/'/<" PO 50/'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=954.0 Feet o Approximate Grading=10.0 Feet Fill a m m M m v 0 U U7 O C U 7 L y QI C o Material boundaries are a t—in situ.�ranwtions ma bB adual Driller: Drilling Method:Continuous Flight Augers Plate A.57 Log o.Project N B-55 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location - W. Terminus of Walsh Avenue ✓ Block 28, Lot 32 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735260 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed CL 97.579950 W End of Day Not Measured - H CD G Im r L O G7 N N N ry„ 5 al _ O_ C a ..N O ._ O d -o,O o c > O L) �•• z dE U drn t E Stratum Description °' z °' w J r a a m rE r- Q Ca d co E > ad. N F— C l�C y > Nl y = V E m w �.0 a vm and o 3 Z' Co Approximate Surface Elevation=940.0 feet 3:O to a IY a UA LL-PL-PI cn C t) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 87 55-25-30 17 938.0 WEATHERED LIMESTONE-tan 50/1 50/0/'/4' 5 50/3/4' 10 50/%" 50/'/2 50/'/4' 2 15 C U Ef d w 922.0 o LIMESTONE-gray 50/'/4' CU E 20 920.0 50/1/4' a) Boring Terminated at Approximately 20 Feet i Proposed Elevation=943.0 Feet o Approximate Grading=3.0 Feet Fill a v mq 4 M a) v c U d O C 4 Material boundaries are aooroximate:in situ,transitions ma be radual. .T Driller: Plate A.58 Drilling Method:Continuous Flight Augers Log Project No. B-56 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 28, Lot 34 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.734630 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed 97.57993°W y M a End of Da Not Measured c a O 01 m L a a`m.w N d N C C c y o a o a= o d >; U Z yE U min a E a Stratum Description o e a 3 0 'E rn e m V! > V E w aa Cam VApproximate Surface Elevation=931.0 feet �O tn a a n LL-PL-PI E cn o LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 87 67-25-42 19 4.5+ 19 927.0 CLAYEY SAND(SC)-brown to tan,with ferrous 5 stains and limestone fragments 4.5+ 25 36-17-19 14 923.0 WEATHERED LIMESTONE-tan 50/11/2" 1 50/3/4' 40 CL 15 50/1/2' U LC I.i Q7 a cI 913.0 o LIMESTONE-gray iu a 50/'/2' E 2 911.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=937.0 Feet o Approximate Grading=6.0 Feet Fill n _m a. _m a Cz iu a C O U 4) O C 0 L fA LA _fl Q7 C 'o Materiel bouWaries are a roxlmale:in silu.Iransitions may be gradual. Driller:Drilling Method: A.59 Method:Continuous Flight Augers Log o.Project N B-57 2ct No. 6 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location RNE ^ Block 28, Lot 38 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.733990 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed 97.57992°W End of Day Not Measured C. a a CD �, r r a7 N w 2E Q y C a N O ._ O j 9.2 O C >—Z V E+' Z r N Q E 2 Stratum Description z c ° O1 a J r c a r � ` at >` > m a) w 'w > m 0 E N w m a a m af0i m.a) o 3 Z' c 0 U) Approximate Surface Elevation=922.0 feet 3:O N a W a rn LL-PL-PI 2 rn o c) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 15 4.5+ 82 58-25-33 14 3.9 109 918.0 WEATHERED LIMESTONE-tan 50/2" 50/1" 5 50/1'/2" 50/%" 10 50/'/=' 50/'/4' 15 8 c c=a m a Q3 Y 904.0 o LIMESTONE-gray 50/'/<" 20 0 902.0 50/'/<" Boring Terminated at Approximately 20 Feet i Proposed Elevation=932.0 Feet o Approximate Grading=10.0 Feet Fill p m 4 N a cc 2 iu C O N O C y Cn O 12 Material boundaries areapproximate:in situ.transitions may be aradual. MnDriller: Plate A.60 Drilling Method:Continuous Flight Augers Log Project No. B-58 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��� Block 13, Lot 9 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.74366°N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.57953°W End of Day Not Measured u CL G C w N o ar d t a CL C y� N y C 2 C c �, o a mr c .0 C d � o > — U Z yE U mrn Stratum Descri5, CL Wption `z odi =e a J o w G WE N " �+ f— c m w > H d 0E w Approximate Surface Elevation=906.0 feet �O vi a W a in LL-PL-PI 2 U)i o �c) LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 40-20-20 10 904.0 CLAYEY SAND(SC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 36 30-18-12 5 0.7 92 5 4.5+ 13 'r 4.5+ 12 898.0 FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.5+ 98 52-15-37 17 1 894,0 WEATHERED LIMESTONE-tan LID 0/'/a° 1 890.0 m LIMESTONE-gray 0 ou L O N m i 50/'/4' E 2 T 886.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=914.0 Feet o Approximate Grading=8.0 Feet Fill a m R N co J 2 N N O U N O C 7 L N P C o Material boundaries area >dmate:fn silu L'arrslt{orw he adua[. Driller.Drilling Method:Continuous Flight Augers Plate A.61 Lag o.Project N B-59 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 66, Lot 5 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.74300'N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed CL 97.579520 W End of Day Not Measured r N o Im m = o N rq C Bl E _ a � c (L m o ::N o .0 o O � _ > O V �+' Z ad+E N C N r E 07 Stratum Description z O y E ry i'� � > d 0E M W Ra a w d M m 0 0 Approximate Surface Elevation=926.0 feet �O N a W a in LL-PL-PI 2 y o L) CLAYEY SAND(SC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 12 5 �c 4.5+ 8 922.0 WEATHERED LIMESTONE-tan 50/4" 50/2" 5 50/'/i' 50/'/a' 10 912.0 a S LIMESTONE-gray 50/'/<" CL 15 50/'/<" U C Lam] d] Cu Qr L O N 50/Y<" E 2 10906.0 50/'/<" Boring Terminated at Approximately 20 Feet w Proposed Elevation=920.0 Feet o Approximate Grading=6.0 Feet Cut m ca iu -o .N 0 U f O C 3 i t as c " Material boundaries areapproximate:in situ.transitions may be radual. A Driller: Plate A.62 F Drilling Method:Continuous Flight Augers Log Project No. � B-60 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue C Block 66, Lot 1 Fort Worth, Texas G Latitude Water Level Observations(feet) Date E N G I N E 7ER I N G 32.742370 N While Drilling Not Observed 8-25-21 _ Longitude At Boring Completion Not Observed 97.57947'W End of Day Not Measured Q N = a a N N N N N C C G F ' d0 a dr . .2'= O a >•— U Z yE U mw a T a Stratum Description `z o a J 3 e _ m E > an d o � o y m _ D a rn W Approximate Surface Elevation=938.0 feet �O Cn a tY a a. 'm LL-PL-PI E to a V FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4 5+ 9 4.5+ 27 5 3.75 72 72-14-58 24 2.8 79 932.0 WEATHERED LIMESTONE-tan i 50l'/<" 10 50/'/2 924.0 LIMESTONE-gray 50//2' 01 15 50/1/4" U C U N O O N L O N E 20 '918.0 50//<" a) Boring Terminated at Approximately 20 Feet zS Proposed Elevation=931.0 Feet o Approximate Grading=7.0 Feet Cut v 2 a. CU 2 a C O U N O C 7 L fn (91 C 0 Wterial boundaries Eire te:M situ•transitions nmy be gracfuar Mn Driller: Plate A.63 Drilling Method:Continuous Flight Augers Log o.Project N B-61 2ct No. 6 Walsh Ranch Phase 3 PA3W W. Boring Location Terminus of Walsh Avenue ��� Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.741720 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.579470 W End of Day Not Measured a N o >r d t Q N N N d N C L C E L a w y G �= G H C > O U « Z E t E Stratum Description z a Q J a �, a m � �, o � � d — o °. rn m w Ma a m m M d o 3 �` c o rn O to a W m Fo LL-PL-PI E cn a U Not Drilled-Inaccessible 0 m m s� m 0 rn t 0 C E L_ E 0m L ID H OJ N 0 U O C �N1 cn r Material hqundaries areapproximate:in situ transitions may be gradual. R y Driller: Plate A.64 Drilling Method:Continuous Flight Augers Log Project No. B-62 1 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas R O N5N)G Latitude Water Level Observations(feet) Date E N G I N E E R 32.741050 N While Drilling Not Observed Longitude At Boring Completion Not Observed a 97.57944°W I End of Day Not Measured a y CDIM d L a a C y N 0 w r C p c d o a y w 0 .2= 0 df -0.2 o >; C) z y E cU ?1 m w E °' Stratum Description �° o �� w J G E w :: °' ° °' 'rn > w d 0 m m� I— c m w y 3 �` c o w O vi a M a in LL-PL-PI M v) 0 c) -Not Drilled-Inaccessible 0 _m r� 'c �i L O N M E N E O b N N C O U N O C U 7 L N O O Dl C .o Mslenal boundanes are a oximate;in situ,trsnw ons rrwiy ba AraduW. N Driller. Plate A.65 F Drilling Method:Continuous Flight Augers Log Project No. B-63 21-25426 Walsh Ranch Phase 3 PA3W ;- Boring Location W. Terminus of Walsh Avenue Block 63, Lot 16 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I!G 32.740490 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed e 97.579"'W End of Day Not Measured r w 0 of d L a a7 vl N y Y C Bl l C $ c �. > o va. d., Z Y, E t� 3: du, E StCL ratum Description z S a JCD I c w ° a ma1°i �w o 3 Z' � O Approximate Surface Elevation=942.0 feet O Na.it a rn LL-FL-PI 2 rn o :3 U FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 80 51-21-30 20 940.0 _ WEATHERED LIMESTONE-tan 50/11/2" 50/1" 5 50/Yz' 50lY4' 10 929.0 LIMESTONE-gray o 50/'/z" _ 15 50/'/4' as Ss m t 0 50/'/4' CU E 20 922.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=962.0 Feet o Approximate Grading=20.0 Feet Fill M n 0 n 0 N m C — Material boundaries area roximate;in situ transitions may be radual- Driller: Plate A.66 Drilling Method:Continuous Flight Augers Log — �iProject No- Walsh Ranch Phase 3 PA3W B-64 21-25426 �f W. Terminus of Walsh Avenue RO N E Boring Location Fort Worth, Texas Block 61, Lot 19 -pate ENGINEERING Latitude Water Level Observations(feet) 32.739850 N While Drilling Not Observed 8-20-21 w Longitude At Boring Completion Not ObservedLo y a 97.57942°W End of pay Not Measured c w r a � �N � N C � _ m CL �' ua o a _ v w c Np E,•�Z Y, E 3 d $ T �Y V !_ r v Stratum Description z ° _' a J _ a �. a m :: vi H aM m y w—p 3 Z co o da. rn W Approximate Surface Elevation=948.0 feet O (n a W (L in LL-PL-PI v� o v LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 21 4.5+ 12 3-25 80 40-15-25 15 -0.1 116 5 942.0 FAT CLAY[Cti] tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 100 85-35-50 33 1 937.0 WEATHERED LIMESTONE-tan 935.0 LIMESTONE-gray 50/'/z' 2 50/'/4' L' 15 m U m 0 m L O 50P/4' 50/'/4' E 2 mately 20 Feet 928A Baring Terminated at Approxi y Proposed Elevation=971.0 Feet B Approximate Grading=23.0 Feet Fill 0 -o ai m m d N 13 a N N .N C O U N O C V 7 L N 01 Mal - boundaries area rrnerrrate:in s>lu.transiti4n6 ma 6e radual. pp N Driller: 5'�ate A, Drilling Method:Continuous Flight Augers Log Project No B-65 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��N E Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739170 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.579400 W End of Day Not Measured o a a O 01 « L N N G7 N d aN. C 01 C a y c a „4 c a — U m H 2 Stratum Description z �� J w y T Q j y d C N N w Q N p C. m M w M.0 a a�i4)i rod 0 3 Z co u) O to a0: a cn LL-FL-PI to G c� Not Drilled-Inaccessible r 0. [7 .L� G7 a L O N C E d L_ E 0 v m L° n N a Co m 0 a 0 C 7 `N (J1 C Material boundaries areapproximate:in situ,transitions rnaV be gradual. _..,.�.� .._ g Driller Plate A.68 Drilling.Method:Continuous Flight Augers Log Project No. B-66 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas RONE Latitude Water Level Observations[feet] Date E N G I N E E R I N G 32.73841° N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.579400 W End of Day Not Measured CL H O IM d L a CF = O'~ 6 .O�= O 'd O a (n r1n0 DE Stratum o J oCL Vy C M0 > L E Mu • .0a a aC �O i w i LL-PL-PI o o L) Not Drilled-Inaccessible 8 'c Q L O N M E L_ E CL mL N N N U C O U U7 O C U 7 L N O] C 'o Material bmdarles are rwdr le;in situ,trart0ons may be gradual, Ln Driller: Plate A.69 F Drilling Method:Continuous Right Augers Log Project No. B-67 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� NE Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E VNG 32.743700 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.578670 W End of Day Not Measured CL w o a� t 0 a7 N r N M U) = D1 O. y O IL N O .2= O N O c c > o U E~ Z :: E Stratum Description z °' J ` y J rE c' a r C � a y tEo w M a a a) w M A 0 3 a 0 3:O ti a M a to LL-PL-PI E cn o n U Not Drilled-Inaccessible r a m m a a L O N M E L_ E 2 15 mCY L C1 N M N N .N 0 U O C `.may C 'o Material boundaries area roximate:in situ,transitions may be radual. N Driller: Plate A.7� Drilling Method:Continuous Flight Augers Log Project No. B-68 21-25426 Walsh Ranch Phase 3 PA3W /Il• Boring Location W. Terminus of Walsh Avenue R p N E 4 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.743050 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.578650 W y =_ Q End of Da Not Measured rn o c a C• IM °. y� N Z d C Cw ° 90C -E or- w p 0 E c) d N a Stratum Description CL N vM N F- N > E rn W a. ° j Not Drilled-Inaccessible �O (n a w a n LL-PL-PI M to o M N r m i3 'c 0 m 0 a+ L O N E E 0 n ? m `m u LD M a C O U N O C J L to O] _QO C C Material boundaries are a 'mate:In situ.lransiiiom nay be raduml_ O a Driller: Drilling Method:Continuous Flight Augers Plate A.71 Log o.Project N B-69 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ���VG Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.742410 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57863°W End of Day Not Measured o a a ) t d N r N ai C al = a m o a r c .a._ o 9 0 C ~ c > U Z y E U d w t E r Stratum Description z o r- C a J a >, a M CL m ° m 'w > '� m c°� E rn m W MM a aa) 4)i my 0 3 co U) 3�O to a a rn LL-FL-PI E to a Q Not Drilled-Inaccessible LD m U Q1 a L O U7 E N N E O W 71 m d N O7 N C U O C m Material boundaries are aooroximate;in situ,transitions ma be radual. a Driller: Plate A.72 Drilling Method:Continuous Flight Augers Log Project No. B-70 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ Fort Worth, Texas V Latitude Water Level Observations[feet} Date E N G I N E E R I N G 32.741730 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.578580 W End of Day Not Measured a y O a O IM w L Q _ y� CV yw C C c d o a �« o .0 C d e� t >•— U Z y E U p ur W a E a Stratum Description `z o m07 y H cM N > m 5E �a m rn w 3 O M a W a in LL-PL-PI 2 Cn o V -Not Drilled-Inaecessible 0 m C U O L O U7 a M E B L_ E q U1 CU N N .N O U N O C 17 J L N CI _O m C '0 Matenai boundaries are appmximatei rn situ.uansitiores ma be radial. a Driller: Plate A.73 F ❑rilling Method:Continuous Flight Augers Log o.Project N B-71 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.741070 N While Drilling Not Observed Longitude At Boring Completion Not Observed e 97.57859°W End of Day Not Measured = a n O ;; L a y y N y.y. C En C o >o V �.. Z YE U drn a E a Stratum Description c °O1 C_ ¢J = a 0 o c y T > Y N d 9 y > ur N fC7 E C N m °' a a a�i a10i rya.01 0 3 Z` c o to w �O to a W a rn LL-FL-PI 2 rn a :3 c) -Not Drilled-Inaccessible C m U C V Q1 0 O+ L O N >_ N L_r C aO Q1 m v m v C1 a0 v C U O C 7 -- 5 CA C Material boundaries area oroximale:in situ,transitions rnaV be gradual. _.. Driller: Plate A.74 t- Drilling Method:Continuous Flight Augers Project No. i B-72 21-25426 Walsh Ranch Phase 3 PA3W Log - Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas RO N E Latitude Water Level Observations(feet) Date - E N G I N E E R I N G 32.740510 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57859'W End of Day Not Measured CL c a 0 0> �; t T C '~ N .O�= o .0 o o d o IL w r c -o.- t a o > - U z d E V � d w E 2 St0. ratum Description i� � o a J d N rn W O vai a W a in ILL-PL-PI 2 rn o c) -Not Drilled-Inaccessible 0 d E n 0 �a L O N E t E O a _m M a m a� v C O U N O C 7 L N 61 C 0 Matenal boundaries area ox rtrale:6z s13u.Iransitiorrs To be gradual. N Driller: Plate A.75 Drilling Method:Continuous Flight Augers Log Project No. B-73 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� Fort Worth, Texas NE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739880 N While Drilling Not Observed Longitude At Boring Completion Not Observed CL 97.57860°W End of Day Not Measured o = a p al r L y y N y Ia C P C o a o 0 M— o � c >� V d« Z mE U min r Stratum Description z o °' �� =J w m T a M y y C y o n d Q w — c a o y rn w ;�.0 a. and and o 3 C0 �O v� a IY a in LL-PL-PI 2 vJ -Not Drilled-Inaccessible a m m u V w 0 rn t 0 a� E m L_ E 2 m m CL w M C O C 1 m U) C 0 Material boundaries are a rozimets;m situ Iransltions may be gradual. Driller: Plate A.76 Drilling Method:Continuous Flight Augers Log n2l B-74 426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ ONG Fort Worth, Texas R V Latitude Water Level Observations(feet) Date E N G I N E 32.73918' N While Drilling Not Observed IIJ Longitude At Boring Completion Not Observed 97.57855°W End of flay Not Measured aCD C N O iA N L a a N r N� U O? m C � arOc o aaw c -oo a ' O � y E o � E Stratum Description i cm > ° � a0 E m w d w w I- C to 0 > Z 3 �' C O cn w O Cn a� a u) LL-PL-PI 2 vn o M c) Not Drilled-Inaccessible r a m i� c m 0 rn r 0 iu E 9D r E 0 v m 2 a Ca `m v 0 0 a) n 0 C 3 L N O7 O O1 C 'o Material pp�nd8rles area imai9:in siW,4YarLStllon8 mg 6e radual. N Driller: Plate A.77 F Drilling Method:Continuous Flight Augers Log Project No. B-75 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue A Fort Worth, Texas V NE Latitude Water Level Observations(feet) Date E N G I N E 9�NG 32.735300 N While Drilling Not Observed Longitude At Boring Completion Not Observed e 97.57940°W End of Day Not Measured ° o d t a CD rn y N to CCL C $ T NO a N.N., O '•E V dw a EE Stratum Description ` z ~ 61 a_ ¢J M CD a 0 c C N IEO > an d F- C M •Vi w N .O N V E to W �O (n a. a w a O LL-PL-PI 2 U)i G v Not Drilled-Inaccessible a m m U G V N O L O N E N L_ E CL N l9 f0 N N N N 13 O U O C O O C Material boundaries area roximate;in situ,transitions may be gradual. 7.a Driller: Plate A.78 Drilling Method:Continuous Flight Augers __. Log Project No. B-76 21-25426 Walsh Ranch Phase 3 PAM Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas Latitude Water Level Observations(feet) Date a N G I N E ONG 32.73465°N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57939°W End of Day Not Measured a c a _ a _ y� w y U c of c C m o a air o f V d >= U Z y._ m rn Q E a Stratum Description ` z o a J 3 a E d y M a) Rw i- CM M > n N V E Co w �O tan a0� a in LL-PL-PI � w o �toj -Not Drilled-Inaccessible 0 w m m 0 a L O N E N L_ E O Y R M N N U N N C O U N 2 O C a 0 L UJ C { Material Mundanes are a mate:rn s€tu.transitions may tie qmduai. 0 -0 Driller: Drilling Method:Continuous Flight Augers Plate A.79 Log o.Project N B-77 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.739900 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.577790 W End of Day Not Measured ° n 0 of „ t •O.. C y z `ON a+ C O O zt e _ -O,C�O �,� E Z d N N r °dM Stratum Description 2 a C C O'O. O � O O wM � 0d o3 o i M CL C Nto 3.0 rn a a to LL-PL-PI 2 rn G 0 -Not Drilled-Inaccessible O tl1 �i U m yOy1 ❑1 t O N M E _N N E O C0 N N C O O C l O " Material boundaries are ao roximate:in situ,transitions rnaV be graduaL M Driller: Plate A-$n Drilling Method:Continuous Flight Augers Log Project No. B-78 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas R O N E Latitude Water Level Observations(Feet) Date E N G I N E E R I N G 32.73916°N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57771°W End of Day Not Measured a C C N � = a Im CD w s o o oc m« tm -oo Z :E CD sw E a= a Stratum Description z o o N o = e aE N O vi a W a w LL-PL-PI 2 rn a t� Not Drilled-Inaccessible Boring Terminated at Approximately 0 Feet 12 `m U m D L O U7 E N t O W� ya N U N N C O U N d O C a 0 L fn m O Maww boundaries are s rOwmats:in S41LP.iransilions may be gradual. Driller: -Drillin Method:Continuous Flight Augers Plate A.81 SOIL OR ROCK TYPES RONE Undocumented Fill : Well-Graded Sand (SW) ENGINEERING LoLean Clay (CL) Clayey Sand (SC) DRILLING AND SAMPLING METHODS Gravelly Lean Clay (CL) Eu Well-Graded Gravel (GW) X0 Fat Clay (CH) — Marl 'Shelby Split Texas ___-- Tube Spoon Cone ° Gravelly Fat Clay (CH) _== Weathered Shale Pen Clayey Gravel (GC) Shale Silt (ML) Weathered Limestone Poorly-Graded Sand (SP) Limestone CFA HSA Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No 200 Sieve) Consistency Penetrometer Reading, (tsf) Unconfined Compression, (psf) Very Soft <0.5 <1000 Soft 0.5 to 1.0 1000 to 2000 Firm 1.0 to 2.0 2000 to 4000 Hard 2.0 to 4.0 4000 to 8000 Very Hard >4.0 >8000 Coarse Grained Soils (More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (Blows I Foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate;generally nodular Slickensided Having inclined planes of weakness that ate slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks,sometimes filled with fine sand or silt Interbedded Composed of alternated layers of different soil types,usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand;corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife;cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material;Quartz,calcite,dolomite,siderite,and iron oxide are common cementing materials. agree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency,texture,and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.82 Major Divisions Grp. Typical Names Laboratory Classification �- Sym. Criteria p^IN N E (1) �, Well graded gravels, E N G IN E E R I N G mc GW gravel-sand mixtures, o Cl) D c>o o little or no fines a )Z > o ^ C C�--o greater than 4: C�-----between 1 and 3 ) 0 .N ° Poorly graded ravels m q° D x Dfi0 co �, a, a� Y 9 9 , o � U = GP gravel-sand mixtures, E2 C) v, N > o Not meeting all gradation requirements ` _Q) little or no fines Zp > cn ai _� o for G W " ° .C! Cn o z N Silty gravels, gravel - " w co U) a Liquid and Plastic limits Liquid and plastic �o a C (V � GM sand - silt mixtures N AR � 2 @ below "A" line or P.I. limits plotting in � °' CO r C o greater than 4 hatched zone _ CD � cCo co — between 4 and 7 CL C 2 Liquid and Plastic limits are borderline C7 _ Clayey gravels, gravel E ca ° > ¢ ❑ GC '- �? cs above "A" line with P.I. cases requiring use a m - sand - clay mixtures = °7 greater than 7 of dual symbols c� C7 Cn Co E m U Well graded sands, `M L z } O ^ SW gravelly sands, little or -c c c C= D6° greater than 6: C=------between 1 and 3 0 .N N °c no fines � U p° c 1 D60 -C w C: L C . Poorly graded sands, N ° Not meeting all gradation requirements U Sp gravelly sands, little L le or En o " m a ° no fines a ° L 0 + for SW CL ° SCO n Z m u' rV OCl N a �' SM Silty sands, sand silt m U a Liquid and Plastic limits Liquid and plastic c mixtures L �, y cc a below"A" line or P.I. limits plotting CL `� less than 4 between 4 and � `—' v O 0 'D rn a] ;=0 U)a ° are borderline o W Q o Clayey sands, sand E 's' Liquid and Plastic limits cases requiring use co E E Sc clay mixtures ' a above "A" line with P.I. of dual symbols co M o o �6 greater than 7 Inorganic silts and very fine sands, rock flour, silty or a ML clayey fine sands, or clayey 60 (/) o silts with slight plasticity U •— o E 'n Inorganic clays of low to N _0m CL medium plasticity, gravelly o en 5 clays, sandy clays,silty 50 z = crclays, and lean clays CH C If) t Organic silts and organic y OL silty clays of low plasticity w 40 Co z a) Cn Inorganic silts, micaceous (n FMHor diatomaceous fine sandy c) 30 M or silty soils, elastic silts a 0 OH and MH U Cx c O "= uo Inorganic clays of high 21 -7 U_ a) m E C: CH plasticity,fat clays 4-- = CL O U) 10 _J OH Organic clays of medium to high plasticity, organic silts CL_ C m ML and,OL s 0 0 10 20 30 40 50 60 70 80 90 100 O M o Pt Peat and other highly E = O U) organic soils LIQUID LIMIT PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.83 SWELL TEST RESULTS Walsh Ranch Phase 3 PA3W West Terminus of Walsh Avenue Fort Worth, Texas Rone Project Number: 21-25426 tN LlquW P`je astic ty Initial MC i Final MC L*ffd e'i1 ( � �.� { LWA l.Irnit � liiti.cx 1 B-2 3 66 20 46 23 27 375 3.2 B-4 5 34 19 15 16 23 625 0.2 B-9 3 40 19 21 16 22 375 0.5 B-13 5 40 16 24 14 18 625 2.7 B-16 3 51 21 30 11 27 375 0.1 B-17 5 66 18 48 23 26 625 2.8 B-18 3 52 19 33 13 23 375 5.9 B-20 7 48 19 29 21 33 875 0.2 B-21 7 65 20 44 20 22 875 3.1 B-31 7 #N/A #N/A 17 18 875 0.0 B-32 7 53 21 32 26 29 875 0.0 B-35 5 58 16 43 18 22 625 3.7 B-37 7 65 20 45 25 27 875 0.0 B-38 7 71 29 42 30 35 875 3.0 B-41 5 38 17 22 14 17 625 0.0 B-48 7 49 19 30 20 24 875 0.3 B-51 5 40 13 27 21 23 625 0.0 B-54 3 66 25 41 18 24 375 5.6 B-57 3 58 25 33 15 20 375 3.9 B-58 3 30 18 12 7 21 375 0.0 B-60 5 72 14 57 23 28 625 2.8 B-64 5 40 15 25 15 18 625 0.0 PLATE A.84 SOLUBLE SULFATE TEST RESULTS Walsh Ranch Phase 3 PA3W N. Intersection 1-30 and 1-20 Fort Worth, Texas Rone Project Number: 21-25426 soft f p' tJ Sulfates(pp.m) B-7 2-4 <100 B-11 0-2 <100 B-19 4-6 3,600 B-36 0-2 <100 B-49 2-4 2,187 PLATE A.85 8908 Ambassador Row, Dallas,Tx 75247 Texas Engineering Firm Registration, No. F-1572 RONECorporate Phone: (214)630-9745 EARTHWORKS RECTM Compaction Design Report eject Number: 21-25426 Fill: Foundation Report Number: 25426-01 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 96%Compaction on Construction Curve t Min % of Max Dry Density 96% DQ�Side' Wet Side' Tolerance Resilient Modulus Method AASHTO (%) 10.3 14.0 ±1% MC Compacted Fill Property Requirements y(Ibs/ft3) 116.0 116.0 f2% Air Voids Percentage 7.1% S (/o) 63.3 86.6 f3% Factor of Safety 1.8 a 0.43 0.43 t3/o Na (%) 11.1 4.0 f3% Design Compaction Conditions w Potential (%) +6.0 +2.2 f3% Loose Lift Thickness (in) 9 UCS (Ibs/ft2) ASTM D 2166 4,976 4,260 ±20% Compactor CAT 563 Dynamic High c(Ibs/ftz) ASTM D 2850 1,485 1,382 ±10% USCS Classification SC Ranges 0(e) ASTM D 2850 28 24 ±10% Specific Gravity 2.66 2.66-2.71 Free Swell (%) ASTM D 4546 2.1 1.0 ±25% Liquid Limit(%) 33 31- 35 CBR* (%) Soaked 1.0 4.6 ±10% Plasticity Index(%) 15 13 - 17 CBR* (%) Unsoaked 44.5 7.9 ±10% Plastic Limit(%) 18 Res Mod (Ibs/in2) Soaked 1,512 6,758 ±10% % Fines (Passing #200) 40 38- 42 Res Mod (Ibs/in2) Unsoaked 28,977 9,556 ±10% Gravel (Retained #4) 3 2- 17 Sand (Passing #4) 57 41 - 60 Construction Control Specifications cor,sc cuv Minimum %of Maximum ry D�sn I_tY_ Construction Curve 96% Wet-of-Optimum- Moisture Range r 96o1a 125 11.7% - 14.0% (f1% MC) Lift Construction Curve Minimum # of R Il r Passes (r1= 11_ E. 7 (Equiv.4 roundtrip passes,full lift coverage required) 1. = 120.8 fbsJfr3+ Compaction curves should be obtained 120 = regularly with changes in material index properties and upon change in color or + texture for effective construction control. 5 4G�k com�actiau_ -- -- •___ __ _ ___ -� lI6IbsJf� 7• � M-D probe depths should be centered on 115 v j the center of the compacted lift. t c and O-Unsaturated triaxlal test,total stress soil parameter. ++++ UCs-Unconfined Compressive Strength. �. Measured values include m,y,UCS,c,m Free Swell,and CBR (soaked and unsoaked). Calculated values include S,e,Na,a)1 1 ` ++ Potential,and Resilient Modulus(soaked and unsoaked). ++• Wet side permeability in field not factored in Free swell test condition. + * CBR based on field compacted state. 105 gF 1 1 Properties represent average values. I ] _ = Soil Sample Date: 8/11/2021 _ = Loc: On-site = Desc: Upper-bound, full soil range 1C'r' 'iI.756 �14.: F. 19 15 cfl -- Authorization By: Moisture Content-w ffc) Print Name: Graphics powered byMathematica Date,, Firm Reg.#: use of this compaction Design Report('CDR")is subject to all copyrights and shaft comply with the terms and conditions of all software licenses applicable to the generation or this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift("Ffln and Project,and the use of this CDFt for any other use or PIT lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stared in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rene Engineering services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(®)and nonregistered trademark designatIms['"], Version:2.31.1-7.2 8908 Ambassador Row, Dallas,Tx 75247 R O N E Texas Engineering Firm Registration, No. F-1572 Corporate Phone: (214)630-9745 EARTHWORKS RELTM Compaction Design Report Project Number: 21-25426 Fill: Foundation Report Number: 25426-02 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95%Compaction on Construction Curve t Min %of Max Dry Density 95% Resilient Modulus Method AASHTO o Dr Si del Wet Side' Tolerance co (/o) 11.4 15.6 t1% MC Compacted Fill Property Requirements y (Ibs/ft3) 111.9 111.9 f2% Air Voids Percentage 7.1% S (%) 61.7 84.4 f3% Factor of Safety 1.4 e 0.50 0.50 t3% Na (%) 12.7 5.2 t3% Design Compaction Conditions w Potential (%) +7.1 +2.9 f3% Loose Lift Thickness (in) 9 UCS (Ibs/ft2) ASTM D 2166 6,316 5,807 ±20% Compactor CAT 563 Dynamic High c(Ibs/ftz) ASTM D 2850 1,927 1,961 ±10% USCS Classification CL Ranges 0 (°) ASTM D 2850 27 22 ±10% Specific Gravity 2.68 2.66 - 2.71 Free Swell (%) ASTM D 4546 2.6 1.4 ±25% Liquid Limit(%) 40 38- 42 CBR* (%) Soaked 1.0 3.5 ±10% Plasticity Index(%) 21 19 - 23 CBR* (%) Unsoaked 32.9 7.9 ±10% Plastic Limit(%) 19 Res Mod (Ibs/in2) Soaked 1,496 5,205 ±10% Fines(Passing #200) 55 52- 58 Res Mod (Ibs/in2) Unsoaked 23,914 9,597 ±10% % Gravel (Retained #4) 3 2 - 13 % Sand (Passing #4) 42 29- 46 Construction Control Specifications mot.Cur'- Minimum %of Maxi Maximurn Dry D n i 125 Construction Curve 95% Wet-cf-Ontirnum Moisture RanQe for 5% 12.9% - 15.6% (f1% MC) 12U Lift Construction Curve w_12.99•1 _Mimmum # Qf RollerPasses 'l': 117.7 lbs/143 7 (Equiv.4 roundtrip passes,fulllilt coverage required) Compaction curves should be obtained regularly with changes in material index I properties and upon change in color or z• I texture for effective construction control. 95KE campacrion--------- _____ M-D robe depths should be centered on 110 111.9 lbs�`fr3 the center of he compacted lift. +,•++ t c and m-Unsaturated triaxial test,total stress soil parameter. I = ++ UCS-Unconfined Compressive strength. ( _ •.` Measured values include a,y,UCS,c,m Free Swell,and CBR • (soaked and unsoaked). Calculated values include S,e,Na,ra 105 I I '+, Potential,and Resilient Modulus(soaked and unsoaked). I Wet side permeability in field not factored in Free Swell test I condition. f * CBR based on field compacted state. 1 Properties represent average values. 100 2 I Soil Sample Date: 8/11/2021 Loc: On-site Desc: Upper-bound, predominant soil range 9E ;J2.9% ;I5_6 c 1° 1° 20 Authorization By: Moisture Content=a) (I'fc) Print Name: Graphics powered byMathematica Date: Firm Reg.#: Use of this Compaction Design Report("CDR' is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift(Fill' and Project,and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rone Engineering Services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(®)and non-registered trademark designations(TM) Version:2.31.1-7.2 PLATE A.68b 8908 Ambassador Row, Dallas,Tx 75247 Texas Engineering Firm Registration, No. F-1572 RONECorporate Phone: (214)630-9745 E A R T H W O R K S RECTM Compaction Design Report Dject Number: 21-25426 Fill: Foundation Report Number: 25426-03 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 96%Compaction on Construction Curve t Min % of Max Dry Density 96% Dry Side! Wet Side' Tolerance Resilient Modulus Method AASHTO co (%) 20.7 24.3 ±1% MC Compacted Fill Property Requirements y(Ibs/ft3) 94.6 94.6 f2% Air Voids Percentage 7.1% S(%) 71.9 84.2 f3/o Factor of Safety 1.0 e 0.78 0.78 f3% Na (%) 12.3 6.9 f3% Design Compaction Conditions co Potential (%) +8.1 +4.6 f30% Loose Lift Thickness(in) 9 UCS (Ibs/ftz) ASTM D 2166 3,619 3,524 ±20/o Compactor CAT 563 Static c(Ibs/ftz) ASTM D 2850 1,226 1,371 ±10% USCS Classification CH Ranges 0 (o) ASTM D 2850 22 14 ±10% Specific Gravity 2.69 2.66 - 2.71 Free Swell (%) ASTM D 4546 5.5 2.0 ±25% Liquid Limit(%) 78 76- 82 CBR* (%) Soaked 0.5 2.4 ±10% Plasticity Index (%) 52 50 - 54 CBR* (%) Unsoaked 13.6 3.3 ±10% Plastic Limit(%) 26 Res Mod (Ibs/in2) Soaked 781 3,627 ±10% Fines(Passing #200) 99 98- 99 Res Mod (Ibs/inz) Unsoaked 13,584 4,931 ±10% % Gravel (Retained #4) 0 0- 0 %Sand (Passing #4) 1 1 - 2 Construction Control Specifications 110 CoWt.cun-e Minimum % of Maximum DLy Dens] y -- ZA '`•� Construction Curve 96% Wet-of- ptimum Moisture—Ran -qg for 96°Ig 105 �. • 21.8% - 24.3% (f1% MC) Minimum # of RolLer Pas5e5 Lift Construction Curve 8 (Equiv.4 roundtrip passes,full lift coverage required) too :21-8c/. Compaction curves should be obtained _ 98.5 lbs/ft, regularly with changes in material index properties and upon change in color or ! texture for effective construction control. 95 96%compaction__ __ _ _ � ______ M-D probe depths should be centered on 94-6 tbslft' -� ^' the center of the compacted lift. t c and m-Unsaturated triaxial test,total stress soil parameter. '. UCS-Unconfined Compressive Strength. — 90 ! ! ` Measured values include ra,y,UCS,c,m Free 5well,and CBR I I (soaked and unsoaked). Calculated values include 5,e,Na,ra Potential,and Resilient Modulus(soaked and unsoaked). i I Wet side permeability in field not factored/n Free Swell test I ! condition. 85 ' ! * OR based on field compacted state. I I Properties represent average values. Soil Sample Date: 8/11/2021 ! ! Loc: On-site Desc: Lower-bound, full soil range l21-8%, i24. % -'F Authorization By: '_4loistore Content- W f`c) Print Name: Graphics powered byMathematica Date: Firm Reg.#: ..ra of this Compaction Design Report(CDR' is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift("Fill' and Project,and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rone Engineering Services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(®)and non-registered trademark designations(11). Version:2.31.1-7.2 PLATE A.68c 8908 Ambassador Row, Dallas,Tx 75247 RO N E Texas Engineering Firm Registration, No. F-1572 Corporate Phone: (214)630-9745 EARTHW O R K S RECTM Compaction Design Report Project Number: 21-25426 Fill: Foundation Report Number: 25426-04 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95%Compaction on Construction Curve t Min % of Max Dry Density 95% pry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 9.7 14.4 t1% MC Compacted Fill Property Requirements y (Ibs/ft3) 115.3 115.3 ±2% Air Voids Percentage 6.6% S (%) 57.9 85.7 t3% Factor of Safety 1.5 a 0.45 0.45 t3% Na (%) 13.1 4.4 t3% Design Compaction Conditions w Potential (%) +7.1 +2.4 t3% Loose Lift Thickness(in) 10 UCS (Ibs/ft2) ASTM D 2166 7,826 7,182 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 2,393 2,431 ±10% USCS Classification CL Ranges O (o) ASTM D 2850 27 22 ±10% Specific Gravity 2.68 2.66- 2.71 Free Swell (%) ASTM D 4546 8.8 2.6 ±25% Liquid Limit(%) 40 38- 42 CBR* (%) Soaked 1.1 3.7 ±10% Plasticity Index(%) 21 19 - 23 CBR* (%) Unsoaked 37.3 8.4 ±10% Plastic Limit(%) 19 Res Mod (Ibs/in2) Soaked 1,693 5,617 ±10% % Fines(Passing #200) 55 52- 58 Res Mod (Ibs/in2) Unsoaked 25,879 10,008 ±10% % Gravel (Retained #4) 3 2- 14 %Sand (Passing #4) 42 28- 46 Construction Control Specifications 1 ZAVIMinimum n/ of Maximum Densily Construction Curve 95% 125 +•' Wet-of-Optimum Moisture Range For 95% Lift Construction Curve 11.4% - 14.4% (:f1% MC) w:11-4`4e• Minimum # of Boller Passes ,y : 121-41bs/ftl + 11 (Equiv.6 roundtrip passes,full lift coverage required) + 120 Compaction curves should be obtained regularly with changes in material index 77, properties and upon change in color or 95yf com�activn- texture for effective construction control. "s 11�_31bs/ft' r I M-D probe depths should be centered on n j E the center of the compacted lift. f +`• t c and m-Unsaturated triaxial test,total stress soil parameter. `+ UCS-Unconfined Compressive Strength. 110 3 `+ Measured values include o,y,UCS,c,0,Free Swell,and CBR (soaked and unsoaked). Calculated values include 5,e,Na,W i • Potential,and Resilient Modulus(soaked and unsoaked). Wet side permeability in field not factored in Free Swell test condition. 105 t I * CBR based on field compacted state. I 1 Properties represent average values. � I t Soil Sample Date: 8/11/2021 j Loc: On-Site 10° i Desc: Upper-bound, predominant soil range -- 11.4% ;14,4% 1° 15 —'° Authorization By: Moisture Content, w Print Name: Graphics powered byMathematica Date: Firm Reg.#: Use of this Compaction Design Report("CDR')is subject to all copyrights and shall comply with the temu and conditions of all software licenses applicable to the generation or this feW- This CDR maybe f used in pradke solely for design analysis purpose;for the above fill lift CFf l')and Project,and the use of this CDR for any other use or fill lift other than that rill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well compacted Iffts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrie4 system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted In writing by Rone Engineering Senores,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(t&)and nonregistered trademark designations Version:2 31A-7.2 PLATE A.86d 8908 Ambassador Row, Dallas,Tx 75247 Texas Engineering Firm Registration, No. F-1572 RO N E Corporate Phone: (214)630-9745 EARTHWORK 5 RE Compaction Design Report eject Number: 21-25426 Fill: Foundation Report Number: 25426-05 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95%Compaction on Construction Curve t Min % of Max Dry Density 95% Dry Side! Wet Side' Tolerance Lab Reference Standard ASTM D 698 (SP) co (oho) 14.8 18.9 ±1% MC Resilient Modulus Method AASHTO y(Ibs/ft3) 104.4 104.4 f1.8% Compacted Fill Property Requirements S (%) 65.5 83.7 t3% Air Voids Percentage 6.6% a 0.61 0.61 t3% Factor of Safety 1.1 Na (%) 13.0 6.1 t3/o co Potential (%) +7.8 +3.7 f3% Design Compaction Conditions UCS (Ibz/ftz) ASTM D 2166 6,185 5,932 ±20% Loose Lift Thickness (in) 10 c (Ibs/ft ) ASTM D 2850 2,023 2,225 ±10% Compactor CAT 815 0 (o) ASTM D 2850 24 16 ±10% USCS Classification CH Ranges Free Swell (%) ASTM D 4546 13.1 4.5 ±25% Specific Gravity 2.69 2.66- 2.71 CBR* (%) Soaked 0.9 2.9 ±10% Liquid Limit(%) 65 63 - 67 CBR* (%) Unsoaked 24.7 5.9 ±10% Plasticity Index (%) 45 43 - 47 Res Mod (Ibs/in2) Soaked 1,297 4,361 ±10% Plastic Limit(%) 20 Res Mod (Ibs/in2) Unsoaked 19,910 7,940 ±10% Fines(Passing #200) 90 88 - 92 Gravel (Retained #4) 1 0- 2 % Sand (Passing #4) 9 6- 12 120 '.� Construction Control Specifications ` cowl.Gixrve M I MaximVnLD4LD2n I +`. =D Ss" Construction Curve 95% ....... raV Lab cc at 95%-compaction ASTM D 698 (SP) 106% 115 �`•. Dry Side:20.3 % Wet-of-Optimum Moisture Range for 95°I Lift Construction Curve R'et Side:253 % 16.2- 18.9% (f1% MC) w: 1625(c Minimum # of Roiler Passes 1 0 y: 109.9 ibsi it' `+++ 12 (Equiv.6 roundtrip passes,full lilt coverage required) Compaction curves should be obtained regularly with changes in material index I properties and upon change in color or cumgati�n-- _- texture for effective construction control. 10 '41bsJf M-D probe depths should be centered on the center of the compacted lift. _ ASTM D�698(SP) 22.1% t c and m-Unsaturated triaxial test,total stress soil parameter. 48 i�5f +•++ UCS-Unconfined Compressive Strength. j j + Measured values include(,y,UCS,c,m Free Swell,and CBR (soaked and unsoaked). Calculated values include 5,e,Na,rd Potential,and Resilient Modulus(soaked and unsoaked). _ / \ Wet side permeability in field not factored in Free Swell test condition. CfF * CBR based on field compacted state. Z Properties represent average values. Soil Sample Date: 8/11/2021 sa Loc: On site ! r Desc: Lower-bound, predominant soil range 16.2%, 18 j9�{'e 10 15 20 2F Authorization By: l'Ioisture Content, co Print Name: ASTM D 698(SP)equivalent,corrected to control relative moisture standard in construction. Graphics powered by Mathematica Date: Firm Reg.#: Use of this Compaction Design Report(CDR')is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift("Fill")and Project,and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rone Engineering Services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(0)and non-registered trademark designations('"). Version:2.31.1-7.2 DI AT1= A Qgim APPENDIX B RONE FIELD EXPLORATION Subsurface conditions were defined by 62 sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in the field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. Field and laboratory test results, sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the logs are presented in Appendix A. Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter tube samplers at the locations shown on the Logs of Boring. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a '/4 inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately% inch. The results of these tests are presented at the respective sample depths on the Logs of Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of stiff and/or granular materials were obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-inch OD split-barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the 18- inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the Logs of Boring at the depth of sampling. The samples were packaged and returned to our laboratory for further examination and testing. Groundwater observations during and at completion of drilling are shown on the Logs of Boring. Upon completion of drilling, the boreholes were backfilled with auger cuttings to ground level. B.1 ROVE LABORATORY TESTING Laboratory tests were performed on selected samples retrieved from the borings to evaluate the engineering characteristics of the subsurface materials, and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory, and were later refined based on results of the laboratory tests performed. Classification Tests All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was verified by index testing, including natural moisture content determinations, Atterberg limits, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general accordance with applicable American Society for Testing and Materials (ASTM) procedures as follows: Test ASTM Standard Number Atterberg Limits D4318 Percentage of Particles Passing the No. 200 Sieve D1140 Moisture Content D2216 Swell Test D4546, Method B Swell Test In the swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. Detailed swell test results are tabulated in Appendix A. B.2 APPENDIX C ImpoMant Infopmation about problemsGeolechnical-Enoineeping Repopt Subsurface overruns, d disputes. followingWhile you-cannot eliminate all such ri;ks, you can manage them. The provided . The Geoprofessional Business Association (GBA) will not likely meet the needs of a civil-works constructor or even a has prepared this advisory to help you—assumedly different civil engineer.Because each geotechnical-engineering study a client representative—interpret and apply this is unique,each geotechnical-engineering report is unique,prepared geotechnical-engineering report as effectively as solely for the client. possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface Likewise,geotechnical-engineering services are performed for a specific project and purpose.For example,it is unlikely that a geotechnical- conditions at project sites and development of engineering study for a refrigerated warehouse will be the same as them that,for decades, have been a principal cause one prepared for a parking garage;and a few borings drilled during of construction delays, cost overruns, claims, a preliminary study to evaluate site feasibility will not be adequate to and disputes. If you have questions or want more develop geotechnical design recommendations for the project. information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Do not rely on this report if your geotechnical engineer prepared it: Active engagement in GBA exposes geotechnical • for a different client; engineers to a wide array of risk-confrontation • for a different project or purpose; techniques that can be of genuine benefit for • for a different site(that may or may not include all or a portion of everyone involved with a construction project. the original site);or • before important events occurred at the site or adjacent to it; e.g.,man-made events like construction or environmental Understand the Geotechnical-Engineering Services remediation,or natural events like floods,droughts,earthquakes, Provided for this Report or groundwater fluctuations. Geotechnical-engineering services typically include the planning, collection,interpretation,and analysis of exploratory data from Note,too,the reliability of a geotechnical-engineering report can widely spaced borings and/or test pits.Field data are combined be affected by the passage of time,because of factors like changed with results from laboratory tests of soil and rock samples obtained subsurface conditions;new or modified codes,standards,or from field exploration(if applicable),observations made during site regulations;or new techniques or tools.If you are the least bit uncertain reconnaissance,and historical information to form one or more models about the continued reliability of this report,contact your geoteclnical of the expected subsurface conditions beneath the site.Local geology engineer before applying the recommendations in it.A minor amount and alterations of the site surface and subsurface by previous and of additional testing or analysis after the passage of time-if any is proposed construction are also important considerations.Geotechnical required at all-could prevent major problems. engineers apply their engineering training,experience,and judgment to adapt the requirements of the prospective project to the subsurface Read this Report in Full model(s). Estimates are made of the subsurface conditions that Costly problems have occurred because those relying on a geotechnical- will likely be exposed during construction as well as the expected engineering report did not read the report in its entirety.Do not rely on performance of foundations and other structures being planned and/or an executive summary.Do not read selective elements only.Read and affected by construction activities. refer to the report in full. The culmination of these geotechnical-engineering services is typically a You Need to Inform Your Geotechnical Engineer geotechnical-engineering report providing the data obtained,a discussion About Change of the subsurface�nodel(s),the engineering and geologic engineering your geotechnical engineer considered unique,project-specific factors assessments and analyses made,and the recommendations developed when developing the scope of study behind this report and developing to satisfy the given requirements of the project.These reports may be the confirmation-dependent recommendations the report conveys. titled investigations,explorations.studies.assessments,or evaluations. Typical changes that could erode the reliability of this report include Regardless of the title used,the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context those that affect: of the project and does not represent a close examination,systematic the site's size or shape; inquiry,or thorough investigation of all site and subsurface conditions. the elevation,configuration,location,orientation, function or weight of the proposed structure and Geotechnical-Engineering Services are Performed the desired performance criteria; •for Specific Purposes, Persons, and Projects, the composition of the design team;or project ownership. and At Specific Times Geotechnical engineers structure their services to meet the specific As a general rule,always inform your geotechnical engineer of project needs,goals,and risk management preferences of their clients.A or site changes-even minor ones-and request an assessment of their geotechnical engineering study conducted for a given civil engineer impact 7hegeotechuical engineer who prepared this report cannot accept fresponsibility or liability for problems that arise because the geotechnical conspicuously that you've included the material for information purposes ineer was not informed about developments the engineer otherwise only.To avoid misunderstanding,you may also want to note that uld have considered. "informational purposes"means constructors have no right to rely on the interpretations,opinions,conclusions,or recommendations in the Most of the "Findings" Related in This Report report.Be certain that constructors know they may learn about specific Are Professional Opinions project requirements,including options selected from the report,only Before construction begins,geotechnical engineers explore a site's from the design drawings and specifications.Remind constructors subsurface using various sampling and testing procedures.Geotechnical that they may perform their own studies if they want to,and be sure to engineers cart observe actual subsurface conditions only at those specific allow enough time to permit them to do so.Only then might you be in locations where sampling and testing is performed.The data derived from a position to give constructors the information available to you,while that sampling and testing were reviewed by your geotechnical engineer, requiring them to at least share some of the financial responsibilities who then applied professional judgement to form opinions about stemming from unanticipated conditions.Conducting prebid and subsurface conditions throughout the site.Actual si tewi de-subsurface preconstruction conferences can also be valuable in this respect. conditions may differ-maybe significantly-from those indicated in this report.Confront that risk by retaining your geotechnical engineer Read Responsibility/ Provisions Closely/ to serve on the design team through project completion to obtain Some client representatives,design professionals,and constructors do informed guidance quickly,whenever needed. not realize that geotechnical engineering is far less exact than other engineering disciplines.This happens in part because soil and rock on This Report's Recommendations Are project sites are typically heterogeneous and not manufactured materials Confirmation-Dependent with well-defined engineering properties like steel and concrete.That The recommendations included in this report-including an}'options or lack of understanding has nurtured unrealistic expectations that have alternatives-are confirmation-dependent.In other words,they are not resulted in disappointments,delays,cost overruns,claims,and disputes. final,because the geotechnical engineer who developed them relied heavily To confront that risk,geotechnical engineers commonly include on judgement and opinion to do so.Your geotechnical engineer can finalize explanatory provisions in their reports.Sometimes labeled"limitations,' the recommendations only after observing actual subsurface conditions many these provisions indicate where geotechnical engineers' exposed during construction.If through observation your geotechnical responsibilities begin and end,to help others recognize their own engineer confirms that the conditions assumed to exist actually do exist, responsibilities and risks.Read these provisions closely.Ask questions. the recommendations can be relied upon,assuming no other changes have Your geotechnical engineer should respond fully and frankly. occurred.The geotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation-dependent recommendations if you Geoenvironmental Concerns Are Not Covered fail to retain that engineer to perform construction observation. The personnel,equipment,and techniques used to perform an environmental study-e.g.,a"phase-one'or"phase-two"environmental This Report Could Be Misinterpreted site assessment-differ significantly from those used to perform a Other design professionals'misinterpretation of geotechnical- geotechnical-engineering study.For that reason,a geotechnical-engineering engineering reports has resulted in costly problems.Confront that risk report does not usually provide environmental findings,conclusions,or e en having your geotechnical engineer serve as a continuing member of recommendations;e.g.,about the likelihood of encountering underground by storage tanks or regulated contaminants.Unanticipated subsurface the design team,to: • confer with other design-team members; environmental problens have led to project failures.If you have not • help develop specifications; obtained your own environmental information about the project site, review pertinent elements of other design professionals'plans and ask your geotechnical consultant for a recommendation on how to find specifications;and environmental risk-management guidance. • be available whenever geotechnical-engineering guidance is needed. Obtain Professional Assistance to Deal with You should also confront the risk of constructors misinterpreting this Moisture Infiltration and Mold report.Do so by retaining your geotechnical engineer to participate in While your geotechnical engineer may have addressed groundwater, prebid and preconstruction conferences and to perform construction- water infiltration,or similar issues in this report,the engineer's phase observations. services were not designed,conducted,or intended to prevent migration of moisture-including water vapor- from the soil Give Constructors a Complete Report and Guidance through building slabs and walls and into the building interior,where Some owners and design professionals mistakenly believe they can shift it can cause mold growth and material-performance deficiencies. unanticipated-subsurface-conditions liability to constructors by limiting Accordingly,proper implementation of the geotechnical engineer's the information they provide for bid preparation.To help prevent recommendations will not of itself be sufficient to prevent the costly,contentious problems this practice has caused,include the moisture infiltration.Confront the risk of moisture infiltration by complete geotechnical-engineering report,along with any attachments including building-envelope or mold specialists on the design team. or appendices,with your contract documents,but be certain to note Geotechnical engineers are not building-envelope or mold specialists. GEOPROFESSIONAL BUSINESS SEPAAVM ASSOCIATION Telephone:301/565-2733 e-mail:info@geoprofessional.org www.geoprofessional.org Copyright 2019 by Geoprofessional Business Association(GBA).Duplication,reproduction,or copying of this document,in whole or in part,by any means whatsoever,is strictly prohibited,except with GB.As specific written permission.Excerpting,quoting,or otherwise extracting wording from this document is permitted only with the express written permission of GBA,and only for purposes of scholarly research or book review.Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind.Any other firm,individual,or other entity that so uses this document without being a GBA member could be committing negligent GR-01 60 001 PRODUCT REQUIREMENTS CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National W &Sewer-Manholes&Bases/Components 33-39-10 ev 2/ 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adcka 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 T 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 HOPE Adjustment Ring Traffic and Non-traffic area 5113105 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 IFibffglass Manhole Fluid Containment,Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 jFiberglass Manhole L.F.Manufacturing I I Non-traffic area Water&Sewer-Manholes&Bases/Frames&Covers/Rectangular 33-05-13(Rev 2/3/16) 33 05 13 IManhole Frames and Covers Westem Iron Works,Bass&Hays Foundry 1 1001 24"x40"WD Water&Sewer-Manholes&Bases/Frames&Covers/Standard(Round) 33-05-13(Rev 21 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 Found R-165-LM n ed 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 30"ERGO XL Assembly 10/14/13 33 05 13 30"Dia.MH Ring and Cover(Hinged&Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105&ASTM A536 30"Dia 06/01/17 3405 13 30"Dia.MH Ring and Cover(Hinged&Lockable)Cl SIP Industries 2280(32") ASTM A 48 30"Dia. CAP-ONE-30-FTW,Composite,w/Lock 09/16/19 33 05 13 30"Dia.MH Ring and Cover Composite Access Products,L.P. w/o Hin 30"Dia. 10/07/21 3405 13 30"Dia.MH Ringand Cover Trumbull Manufacturing32"30"Frame and Cover 30"Dia. Water&Sewer-Manholes&Bases/Frames&Covers/Water Tight&Press t 33-05-13(Rev 2/ 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24"Dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24"Dia. 33 05 13 Manhole Frames and Covers Western Iron Works,Bass&Has Found 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 Seram ore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia. Wat11F&Sewer-Manholes&Bases/Precast Concrete(Rev 1/8/13 33 39 10 IManhole,Precast Concrete Hydro Conduit CorpSPL 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 Pol mer Concrete US Composite Pie Reinforced Polymer Concrete ASTM C-76 48"to 72" 09/06/19 33 3920 Manhole,Precast Concrete Forterra Pipe and Precast 60"&72"I.D.Manhole w/32"Cone ASTM C-76 60"&72" 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 1 33 2222 Manhole,Precast(Reinforced Polymer)Concrete Armorock 48"&60"I.D.Manhole w/32"Cone 48"&60" 10/07/21 33 3920 Manhole,Precast(Hybrid)Polymer&PVC Predl Systems 48"&60"I.D.Manhole w/32"Cone 48"&60"Non Traffic Areas Water&Sewer-Manholes&Bases/Rehab Svstems/Cementiitious E1-14 Manhole Rehabs stems 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 Rehabs stem i Pol-tri lex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc.Use Wat er-Manholes&Bases/Rehab S stems/NonCementiitious 05/20/96 E1-14 IManhole Rehab Systems Sprayrog, Spray Wall Polymethane Coating ASTM D639/D790 E1-14 Manhole Rehab Systems Sun Coast For Exterior Coating of Concrete 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100(Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791,S1HB,Sl,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 33 05 16,33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade(Asphatic Emulsion) Structures Only *From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National &Sewer-Manhole Inserts-Field Operations Use Onl ev 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 ASTMD 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-Pil2e Casing S12acelL 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 03/29/22 1 33 05 13 Casing Spacers CCI Pipeline Systems CSC12,CSS12 Water&Sewenw Pines/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"thou 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 S—Gard 21ORS 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 ASTMB-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791,S1HB,Sl,S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer-Coatiings/Polyurethane Sewer-Combination Air Valves 05/25/18 1 33-31-70 jAir Release Valve A.R.I.USA,Inc. D025LTP02(Composite Body) 2" Sewer-Pi es/ 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 ASTM C76 E1-04 Conc.Pipe,Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Sewer-Pipe E ethod 3-31-23 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 I/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 ASTMD 1248 8" High-density polyethylene pipe PI-co Inc. ASTMD 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 ASTMD 1248 Sewer-Pipes/PVC(Pressure Sewer)33-11-12(4/1/13) 12/02/11 1 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4"thru 12" 10/22/14 1 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 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National Sewer-Pipes PVC*L%M§20(7/1/13) 33-31-20 PVC Sewer Pie J-M Manufacturing Co.,Inc. JM Eagle) SDR-26 ASTM D 3034 4"-15" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 ASTM D 3034 4"thru 15" 33-31-20 PVC Sewer Pie Lamson V lon Pie ASTM F 789 4"thou 15" 01/18/18 33-31-20 PVC Sewer Pie Vin(tech PVC Pie Gravity Sewer ASTM D3034 4"thru 15" 11/11/98 33-31-20 PVC Sewer Pie Diamond Plastics Corporation "S"Gravity Sewer Pie ASTM F 679 18"to 27" 33-31-20 PVC Sewer Pie 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 Pie Pi elife 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 Haoco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034,D-1784,etc 4"-15" * 33-31-20 PVC Sewer Fittings Plastic Trends,Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 35 ASTM F679 18"-24" 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 26 ASTM D3034 4"-15" 3/29/2019 33 31 20 Gasketed Fittings(PVC) GPK Products,Inc. SDR 26 ASTM D3034/17-679 4"-15" 10/21/2020 33 31 20 PVC Sewer Pie NAPCO estlake SDR 26 ASTM D3034 4"-15" 10/22/2020 33 31 20 1PVC Sewer Pie i Sanderson Pipe Corp. SDR 26 ASTM D3034 4"-15" 10/21/2020 1 33 31 20 JPVC Sewer Pie NAPCO estlake SDR 26/35 PS 115/46 ASTM F-679 18"-36" Sewer-Pines/Rehab/CIPP 33-31-12(Ol/18/131NONE- Cured in Place Pie Insituform Texark,Inc ASTM F 1216 05/03/99 Cured in Place Pie National E-notech Group National Liner, SPL Item#27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pie Reynolds Inc/Inliner Technolgy unliner USA Inliner Technology ASTM F 1216 Sewer-Pims/Rehab/Fold&Form Fold and Forth Pie Cullum Pipe Systems,Inc. 11/03/98 Fold and Forth Pie Insituform Technologies,Inc. Insitufortn"NuPI e" ASTM F-1504 Fold and Form Pie American Pipe&Plastics,Inc. Demo.Purpose Only 12/04/00 Fold and Form Pie Ultraliner Ultraliner PVC Alloy Pi eliner ASTM F-1504,1871,1867 06/09/03 IFold and Form Pie Miller Pipeline Corp. EX Method ASTM F-1504,F-1947 Up to 18"diameter Sewer-Pines/Open ProfiM Large Diameter 09/26/91 E100-2 PVC Sewer Pipe,Ribbed Lamson V lon Pie Carlon V lon 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 Pie ASTM F 679 18"to 48" E100-2 PVC Sewer Pipe,Ribbed U onor ETI Company 11/10/10 100-2 Polypropylene P Sewer Pipe,Double Wall Advanced Drainage Systems ADS SaniTite HP Double Wall(Corrugated) ASTM F 2736 24"-30" 11/10/10 100-2 Polypropylene P Sewer Pipe,Triple Wall Advanced Drainage Systems ADS SaniTite HP Triple Wall Pie ASTM F 2764 30"to 60" 05/16/11 Steel Reinforced Polyethylene Pie ConTech Construction Products Durmaxx ASTM F 2562 24"to 72" Water-Aouurtenances 33-12-10(07/OL 31 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW WA 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 AW WA C800 1"-2"SVC,up to 24"Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT&61OMT 3/4"and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B,4604B,6100M,610OTM and 6101M 1 SV'and 2" FB600-7NL,FB1600-7-NL,FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. L22-77NL AW WA C800 2" FB600-6-NL,FB1600-6-NL,FV23-666-W- 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,L22-66NL AW WA C800 1-1/2" FB600-4-NL,FB1600-4-NL,B11-444-WR- 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,B22444-WR-NL,L28-44NL AW WA C800 1" B-25000N,B-24277N-3,B-20200N-3,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15000N,,H-1552N,H142276N ANSI/NSF 372 2" B-25000N,B-20200N-3,B-24277N-3,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15000N,H-14276N,H-15525N ANSI/NSF 372 1-1/2" B-25000N,B-20200N-3,H-15000N,H- AW WA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries,Inc. #406 Double Band SS Saddle 1"-2"Taps on up to 12" 0/5/21/12 3342-25 Tapping Sleeve Coated Steel JCM Industries,Inc. 412 Tapping Sleeve ESS AW WA C-223 Up to 30"w/12"Out 03/29/22 3342-25 Tapping Sleeve Coated or Stainless Steel JCM Industries,Inc. 415 Tapping Sleeve AW WA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve Stainless Steel Poweoseal 3490AS lane&3490MJ 4"-8"and 16" 02/29/12 3342-25 Tapping Sleeve Coated Steel Romac FTS 420 AW WA C-223 Up to 42"w/24"Out 02/29/12 3342-25 Tapping Sleeve Stainless Steel Romac SST Stainless Steel AW WA C-223 Up to 24"w/12"Out 02/29/12 33-12-25 ITapping Sleeve Stainless Steel Romac SST III Stainless Steel AW WA C-223 Up to 30"w/12"Out 05/10/11 Joint Repair Clam Poweoseal 3232 Bell Joint Repair Clam 4"to 30" Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW65C-14-lEPAF FTW Class"A" Concrete Meter Box Bass&Has CMB37-B12 1118 LID-9 Concrete Meter Box Bass&Has CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass&Has CMB65-1365 1527 LID-9 Water-Bolts is and Gaskets 33-11-05 01/08/13 *From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali. Classsification Manufacturer ModelNo. National Water-Combination Air Release 33-31-70(O1/08/13) * E1-11 Combination Air Release Valve GA Industries,Inc. Empire An and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"12" 240-float,ASTM A 307-Cover Bolts 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 Hvdrants 33-12-40 L011151141 10/01/87 E442 Dry Bagel Fire Hydrant American-Darling Valve Drawing Nos.90-18608,94-18560 AWWA C-502 03/31/88 E-1-12 Dry Bagel Fire Hydrant American Darling Valve Shop Drawing No.94-18791 AWWA C-502 09/30/87 E-1-12 Dry Bagel Fire Hydrant Clow Corporation Shop Drawing No.D-19895 AWWA C-502 01/12/93 E442 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E442 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20436,B20506 AWWA C-502 E442 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No.D-80783FW AWWA C-502 09/24/87 E442 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No.13476 AWWA C-502 Shop Drawings No.6461 10/14/87 E-1-12 Dry Barrel Fire HyBrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C-502 09/16/87 E442 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 Wat -Meters 02/05/93 E101-5 IDetector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4"-10" 08/05/04 1 iMagnetic Drive Vertical Turbine I Hersey Magnetic Drive Vertical I AWWA C701,Class 1 3/4"-6" Water-Pipes/PVC(Pressure Water)33-31-70(01/08/13) AWWA C900,AWWA C605, 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTMD1784 4"42" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"42" 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"42" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-1" AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co.,Inc d/b/a JM Eagle DR 14 UL 1285 4"28" ANSI/NSF 61 FM 1612 AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co.,Inc d/b/a JM Eagle DR 18 UL 1285 16"-1" ANSI/NSF 61 FM 1612 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(Wesflak) DR18 AWWA C900 16"-I" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlak) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"-12" Wat s/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 08/1*1/98 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"42" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA Cl 11IC153 4"to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA Cl 11IC153 4"to 24" 11/09/04 E1-07 IDuStile Iron Joint Restraints One Bolt,Inc. One Bolt Restrained Joint Fitting AWWA C111IC116IC153 4"to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 1100(for DI Pip) AWWA C111IC116IC153 4"to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 2000(for PVC Pip) AWWA C111IC116IC153 4"to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLC4-SLC10 AWWA C111IC153 4"to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLCS4-SLCS12 AWWA C111IC153 4"to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma,Co. Sigma One-Lok SLCE AWWA C111IC153 12"to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma,Co. Sigma One-Lok SLDE AWWA C153 4"-I" 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(Serampor) 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(Serampor) EZ Grip Joint Restraint(EZD)Black For DIP ASTM A536 AWWA Cl 11 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampor) EZ Grip Joint Restraint(EZD)Red for C900 ASTM A536 AWWA Cl 11 4"42" DR14 PVC Pipe 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Grip Joint Restraint(EZD)Red for C900 ASTM A536 AWWA Cl 11 16"-24" DR18 PVC Pipe *From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 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. Approvali in JIL 'Manufacturer Model No. National Water-Pi es Valves&Fittin s Resilient Seated Gate Valve*33-12-20 OS/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 94-2024 AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500(Ductile lrorn 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 SDD-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, 4"-12" ASTM A 276 Type 304-Bolts& 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 FI—Maa[ec Gate Valve&Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4"to 16" Wa s/Valves&Fittings/Rubber Seated Butterfly Valve 33-12-21 07/10/14 E1-30 Rubber Seated Butterfly Valve HenryPratt 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 D—rik 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 331221 Rubber Seated Butterfly Valve G.A.Industries Golden Andersorn AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water-Pol eth lene Enc tfil/08/13 05/12/05 E1-13 PoI3 ethylene Encasment Fl-sol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E143 Polyethylene Encasment Mountain States Plastics SP and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E143 Polyethylene Encasment AEP Industries Bullstron 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 8mil LLD lin Station 3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station Water-Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portabl) 10/21/20 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Perm nent) 04/09/21 jAutomated Flushing System Kupferle Foundry Company Eclipse#9800wc 04/09/21 1 jAutomated Flushing System Kupferle Foundry Company Eclipse#9700(Portable) *From Original Standard Products List 5 C E N N Q N N Q C N m m of m. m of o ti O :¢ o ^d s C4 r7 0 0 0 0 0 0 0 M E 0 0 0 0 0 0 � � m m m m m m m � O O O O O O O O m FFFFFFFF" � x FFFFFFFF 0 3 0 W o � o Iti W a N w W o � o O .p o � � v o � a O � r.+ o � E � E � E w � d o 0 0 0 0 0 0 � m m mmmm s o E � w O w w w w w w or 3 - d � V� o 0 0 0 0 0 0 o a` m m m m m m m m E - m m m m m m m m y � t m 3 L In O - 0 0 0 0 0 0 0 0 O w O 'O 'O a m m m m m m m m m m HHHHHHHHHHHHHHHHHHHHH s 0 E L L r z * * 0 6 0 6 0 6 www06 06 06 06 06www r z rx rx � W W W Ux�Urx�Urx�w��Uyw�� Uyw��Uyw�� Uyw��UyUUU w p; rx rx r�W rx r w wv o wv '. o oo �� v cx p' c x p'cx pvw� W wr�r�cox wr�r�cox w' ' , ' o �aP :4 w v w v � r�r�cox Z ICI k k V V V V V V V V V N N N r N N V V V W E.I H H o o l`�oDC cn P P144X? -A �o� �X >C > o C °' A F F F Fes, F F F F; vi N C7� �C r L W ° A M L w za � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .p O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O yL, � HHHHHHHHHHHHHHHHHHHHH U o C C N a z � � o M A A A A N N N N N N A A A N N N N N N N N N N N N N N N O O O L i � O ^�U O i O +� a f C �1�II i FLI - i 9 Y d ? O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o � N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O. � C/1 v v v v m m m m m m vvv mm mm mm mm mm mm mm myvv a` m m m m m m m m m m m mm mm mm mm mm mm mm mm mm mm y, -� m � u 0 c O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N .w O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N 0 Imm—m —m —m—mmm z 2 O ~ (V N ,_, 7 ti 7 O ^d aMO O Q Q 00 00 �(�+. t� Q N LL CL L� W N H � xAA � � H � z ooW � � � W � AM O 0 � � � � wp.i � � °' O � WA �' Z U � d�' � Q � � b O G � � � _ N M O i M i � � O � M m M d _ o � � i i. d Ey i m f v O � cn O cn o N O � V Section 2 — Contract Including Street Lights 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00- General Conditions Last Revised 004100 BidTlef4n nn in T 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid44ei+d nn in T 00 45 12 Prequalification Statement 09/01/2015 00 45 26 1 Contractor Compliance with Workers' Compensation Law 04/02/2014 004540 Minefi4y Business EfAefpfise Goal n4 i�ro 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 8A7-288 4441-7 00 73 00 47 in n 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 nI— o 3I 4nPfejeet 07i01 2 i �z 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 6600 Product Storage and Handling Requirements 04/07/2014 01 7000 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 7423 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 nI 74 2- nni07 204- v-rro-z� v�vT2vz� nl�.9 04/07/2014 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 -Existing Conditions Modified m�13 cok-c4i.,o Site,r�ori u�; r NONE m 41 14 Utility u o n ban anent NONE �Z�TTT VLZ2TC�1TGT2 TPC[SIT[PLTT2ZGLiT 42-44- n..; u o,,.,,- NONE Division 03 - Concrete 4_2_ g Cast rr plaeo r � NONE 4_2_� r terF IIe,d r c Ma, e I irr SM) NONE 4�o G rer-ete Base T ate-ia for-T-eae , Repa4. NONE 93� M di f4eat rs t &iisti r rer-ete Stf. etid es NONE Division 26-Electrical 2ti�o comm en We fk Dos„Irs far-T,leet-iea NONE 2ti�o Lori I;�; r f Eleetr-ie,I c. s e NONE 2ti�4 Raeew and>?&ies f Eleetfiea c.4e NONE 2ti�3. Uader-gr-e to P-uets andn.,.o..., s I~Ioet__v e, �� NONE Division 31 -Earthwork �,�o Site clear-ing NONE �,�6 rJrelassif4e E.,,..vftt;e NONE �'�3. Beff&w NONE �'�o NONE �,�o Erasion andSediment r rtfc NONE �'�o &yai0+F1 NONE �'�o R4pfap NONE Division 32-Exterior Improvements �''�T NONE �''�Q NONE �''�9 Gaiiefete Pffyiffg4Zepaif NONE 32—H-2-3 ,;I �iib ,gas Geti.ses NONE 32—H-29 hiffie T-fe.te ,B,.,,, Gatt.ses NONE 32—W-3-3 reffi iit T,.ea d, ,�,. e Gett.ses NONE �''�T NONE moo Asphalt Pffyiffg NONE ' � NONE ' NONE 'moo NONE ' -3 Gaiiefete Pffyiffg4&iiit Sealaiits NONE �''�o NONE ' NONE ' � NONE ' � NONE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3 W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 42,14 Chain Feaees ,rd r,� NONE 4244� gar,-e Fenees and Gates NONE 4244� Weed Feaees ,rd r,� NONE 424�2 Cast i place r rer-ete Retaining WAS NONE 42-944-9 Topsail Plaeomeat and Finishing eDPag&way& NONE 42 o2 44 14 d-a >v x,I�re v..coed;„ rd c dd;r NONE �� 42-9-3� Trees and cl...Am NONE Division 33 -Utilities 4� Sewer-and Manhole Testi+ NONE 4� rI sod r;_r-e-E 4 Television i( r( rr Ir��o �; r NONE 4� Bypass P„t� �I Histi Sewer-c. ��om� NONE 4� joint a rd;r rd TIo I I-SA-1 4; r NONE 4� car-r- s r r rtF& Test Stations NONE 4� >\1ag ff &iwa n r de r.t4edie Prate,. r System NONE 4� Tempe-af A14e. c oM; NONE 4� Gleam and n eeeptanee Tossing Pa14e >\r ;r� NONE 4� Gleam �se o, >\,r if NONE 4� Utility &iea-,�atiea, E4bedreat and Baekf4llNONE 4z NONE 22 leer and Grade RingCast eff NONE 22 n� fi yer-and Grade Rings Gopssrcv NONE n d;„stir rap ets, ru Valve &ies and Ot er'Staiet��te ��T � NONE 4� r rer-ete Ala. e, v ,,I� NONE 4� r re fe. �II.,-s NONE 2 2 NONE 4� T„rrel I;roe.Plate, NONE 4� Stool Cass Pipe NONE 2 2�3 Haiid Tuiiiieliffg NONE 2 2T NONE 2 2�o NONE 2 2�o NONE 3-H-445 Bait Nttt ftd Gaskets NONE 3o NONE 3i Dttetile 1faii F46ffga NONE 33—H-4-2 NONE NONE 3-'�T NONE NONE 3342� Alatef Sefyiee i eh to -2 . e NONE 3i NONE 3342� n,sil iit Seated Gat Al I , NONE 3 � NONE 3 � NONE 3o NONE 3o NONE 3o Alatef Saniple Statiaiis NONE 3o NONE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3 W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 4� ram,,.ea i Dlaee Pipe (C Inn4 NONE 4� Fiber-glass n ein f-eea Pipe for-Grw t Sanitaf Se..e NONE 22 High Density Polyethylene(14PPE) Pipe for- C.,,-.itaf. Sewer- NONE 4� Polyvinyl Chloride (PVC) Grw t San4afy-Sewer-Pipe NONE Polyvinyl Chloride (PVC) Closed D- File Gr . t Samna, Sewer-��zNONE 4� sanitaf Sewer- Slip Liai+fgNONE 4� sanitaf Sewer-Pipe I~rlaf effw- NONE 4� Sanitaf Sewer- cef ; e rerreetio s and cef ; e Line NONE 4 o Air-Va, e for- Sanitaf Sewer-,Frye Mains NONE 4� Cast i nlaee rerer-ete>\,aff e� NONE 4� n.eeast rerer-ete>\,ran l NONE 4� Fiber-glass >\,a ff e� NONE 4� Wa&te.. �e eeess Gh,, be-(3AI r4 NONE 4� EPDXY r; S f r SaRitaf ce.. Stft etid.eS NONE 4� az irvrcca c vicTeto Ste z-rrSewe i-n re�C�a NONE 22 High Density Polyethylene(14PPE) Pipe for- Stafm Fh-.,;,f NONE 4� ueinf-eea Del. et lere (SRAE- � NONE 22 C„>� NONE 4� Slatted SteFn I-,,.a4 , NONE 4� T.ere p-aia NONE 4 - Cast i nlaee>\,rap eles and -unetio >?,,.,e& NONE 4� r bi, and Pr-&p rrle-& NONE 4� Stafm Dr-a re e ue.,dw lls era parr,,..,ll& NONE Division 34 - Transportation 44 4 I n Tr-Aie Signal's NONE 4 n n�4� 4-tt-ae I;-inn-eint A Gentr-ellep4Cebi+w4 NONE 4om 4 l n n ll Spva rrtt-& iae�t o �t�eae�'� e iccctiea NONE 3^^ ^�0-3 NONE ^ i NONE NONE NONE 3^�-4no NONE ^moo NONE 3^^ ^�01 NONE 3^^ ^�0-2 Ffeeway LED Readway h NONE 3^^ ^�03 Resideiitial LED Readway httffiiiiaifes NONE �^moo A1ttffiiftttffi S NONE 34-74-4-3 T-faf;eGaiit.el NONE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3 W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.2ov/tpw/contractors/ Date Division 02 -Existing Conditions Modified m—41 13 cok-c4i.,o Site,r�ori u�; r 12/20/2012 0Z 41 T14 Utility ReT TbanTPanent 12/20/2012 42-44- Pa-; g>?eme- l 02/02/2016 Division 03 - Concrete gig gg Cast !+ plaeo r � 12/20/2012 4_2_� r rA.,,iioa r ,.. c or �i Mare re, ; I irr c>\r) 12/20/2012 4�o G rer-ete Base T ate-ia for-Tr-eaeh Repa4. 12/20/2012 93� M dif4eat rs t &iisti r r,..oto c4...,etiffieUs 12/20/2012 Division 26-Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 Division 31 -Earthwork �,�o Site rig 12/20/2012 �i�6 TJrelassifie E.,,..vftt:e 01/28/2013 44-23,23. Beff&w 01/28/2013 4-24-04 01/28/2013 �,�o Erasion and Sediment(`efft- I 12/20/2012 444�6� &yai0+F1 12/20/2012 �'�0 R4pfap 12/20/2012 Division 32-Exterior Improvements �''�T 12/20/2012 �''�Q 12/20/2012 �''�9 Gaiiefete Pffyiffg4Zepaif 12/20/2012 �''�3 Flee i ble Bas Geti.ses 12/20/2012 3244--29 hiffie T-fe t a B.,,, Gatt.ses 12/20/2012 3244--3-3 Ge iit T-fe t a Base Gatt.ses 12/20/2012 �''�T 08/21/2015 24446 Asphalt Pffyiffg 12/20/2012 2 -3 12/20/2012 ' 12/20/2012 20 06/05/2018 24 Gaiiefete Pffyiffg4&iiit Sealaiits 12/20/2012 �''�0 12/20/2012 ' 10/05/2016 ' � 11/22/2013 ' � 11/04/2013 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3 W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 2,14 Chain F eaees�� 12/20/2012 2444 Wi-e Fences and Gates 12/20/2012 4244� Weed Feaees ,rd r,� 12/20/2012 424�2 GaSt iff Place r re fete Retaiffiffg WAS 06/05/2018 42-944-9 TopsailPlaeemeat and Finishing 4Pa4&.. 12/20/2012 42 92 44 14 d-E) >v x,i�re v.. „ , coed; rd c dd;r 12/20/2012 �� 42-9-3� Trees and ci...Am 12/20/2012 Division 33 -Utilities 4� Sewer-and Manhole Testi+ 12/20/2012 4� ri sod riff-p-+4 TeIe ; r i(r( rv� rr��o �; r 03/03/2016 4� Bypass n„��istir Sewer- 12/20/2012 4� joint a rd;r rd Tio i rS i-4 r 12/20/2012 4� GE)F E)S r (`04F i TeSt Stat )HS 12/20/2012 4� >\1agff &iwa Ar,.de r.t4edie Prate,. r System 12/20/2012 4� TeMPE -af AA'., e f SeM; 07/01/2011 4� Gieani and Aeeeptanee Tossing E) AA14e >\r ;r� 02/06/2013 22�� Gleans E4 Sewer44ai+, 12/20/2012 4� Utility &iea-,�atie�Qedmeat, and ackf4ll 12/20/2012 4z 12/20/2012 22 FCover-and Grade Rings Cast 4ron 01/22/2016 22 n�4v seer-arrcd Grad pings Go asrcv€4� 01 22 2016 22�4 g Mapheles Valve 12/20/2012 4� r rer-ete AA14e AJ ,,i� 12/20/2012 4� rerefe* !Tars 12/20/2012 2 2 12/20/2012 4� T,fffffei I:roe.mate, 12/20/2012 4� Steel Cass Pipe 12/20/2012 33-05-2-3 Haiid Tuiiiieliffg 12/20/2012 34 bistallatiaii ef Gaffief Pipe iii GEt i Tuiiiiel hiiief Plate 06/19/2013 33-05-20 12/20/2012 33-05-3-0 12/20/2012 33—H-445 Baits Nttts aftd Gaskets 12/20/2012 3-' 0 12/20/2012 3-' i Dttetile 1faii Rttiffga 12/20/2012 3-'�z 11/16/2018 12/20/2012 3-'�4 12/20/2012 02/14/2017 22�0 AAA,to f c,,...,iee, , i eh to -2 iiieh 12/20/2012 334444 12/20/2012 3342� nesili iit sett d r_ N I_ 12/20/2012 3 '2� AWWA Rttbbef Seated Bttaefiqy Nlalviefi 12/20/2012 3 '2� Gaiiiieetiaii te &iistiiig Watef Maiiis 02/06/2013 334 0 12/20/2012 33424o 01/03/2014 33-'�0 Watef Saniple Statiaiis 12/20/2012 344-60 06/19/2013 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3 W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 4� ram,,.ea i Dlaee Pipe (C Inn4 12/20/2012 4� Fiber-glass n ein f-eea Pipe for-Grw t Sanitaf Se..e 12/20/2012 4� High Density Polyethylene(14PPE) Pipe for- Sanitaf Sewer- 12/20/2012 4� Polyvinyl Chloride (PVC) Grw t San4afy-Sewer-Pipe 06/19/2013 Polyvinyl Chloride (PVC) Closed D- File Gr . t Samna, Sewer-��z12/20/2012 4� sanitaf Sewer- Slip Liai+fg12/20/2012 4� sanitaf Sewer-Pipe Fi laf effw- 12/20/2012 4� Sanitaf Sewer- cef ; e rerreetio s and cef ; e Line 04/26/2013 4 o Air-Va, e for- Sanitaf Sewer-For-.e Mains 12/20/2012 4� Cast i Dlaee rerer-ete>\,aff e� 12/20/2012 4� n.eeast rerer-ete>\,r.nhal 12/20/2012 22�- Fiber-glass >\ aff e� 12/20/2012 4� Wa&te.. �e eeess Gh,, be-(3AI r4 12/20/2012 4� EPDXY r; S f r SaRitaf ce.. Stft etid.eS 12/20/2012 4� az irvrcca c vicTeto Ste z-rr Sewer-n re�C�a 07/01/2011 4� High Density Polyethylene(14PPE) Pipe for- Stafm Pf ;r 12/20/2012 4� ueinf-eea Del. et lere (SRT-E n;pe 11/13/2015 4� c„>� 12/20/2012 4� Slatted SteFn I-,,.a4 , 07/01/2011 4� Trere pr-a r& 07/01/2011 4 - Cast i Dlaee TAT.,* eles and -unetio Bo e& 12/20/2012 22�- Gbi > and Pr-&p Trle*& 12/20/2012 4� Stafm Dr-a re e 14e.,dw lls era Aliagw ll& 07/01/2011 Division 34 - Transportation 44 4 I n Tr-Aie Signal's 10/12/2015 4 ^�" 4-tt-ac�an-man A Gentr-ellep4C444ae4 12/18/2015 4 n l l n m n tt-a t o ll Speei eati 02/2012 �vz rr xir�1 �t�6ae�'�pc zcu a 3^ ^�o-3 01/2012 �^7T-4444 11/22/2013 12/20/2012 11/22/2013 3^�-4no 11/22/2013 �^7T-44-M 12/20/2012 4 ^poi Aftefial LED Readway httffiiiiaifes 06/15/2015 3^ ^poi 06/15/2015 4 ^�o3 Resideiitial LED Readway httffiiiiaif 06/15/2015 3^�-44-3-0 11/12/2013 �^�4-3 TreFfie reN+Mel 11/22/2013 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3 W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix —4.01 ilabih4y=obaft& GC-4.02 Subsurface and Physical Conditions GG 4.04 Undefgf etmd Faeih4ies GG 4.06 14a went l Gefiditiefi at Site GG 6.07 Wage ates GG 6.09 Pef i4si"cncr-444ies, GG 6.2 4 NOi isefiimifiatien rn nt tin nn duel ne�e�e�is P�e�� � END OF SECTION CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS City Project No.104054 Revised March 20,2020 LIGHTS_Unit Price DAP-BID PROPOSAL Pap 1 or2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-PA3W-B UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Unit of specification Bid Unit Price Bid Value No. Measure Section No. Quantity UNIT V:STREET L GH ING IMPROVEMENM 1 9999.0004 Furnish/Install Walsh Ranch 14'Street Light EA 00 00 00 Pole&LEO Fixture_.__._____. _—_--_-._ . 39._$4,800 00 `_$187,200.00 2 3441.1757 Furnish/Install Rdwy Illum Foundation TY 11 EA 3441 20 39 3—3441 1408,_N0,6 Insulated Elec Condr T —LF— _34 41.10. _14 919 $8.00 $1,1.9,352 00 4 2605 3015 2'CONDT PVC SCH 80(T) —LFv 260533 4,942 $1500 $74 130.00 1501 Ground Box Type B _ EA— 3441 10 _�22 $950.00 $20 900.00 3441.1771 Furnish/install 120-240 Volt Single Phase 6 Metered Pedestal EA 344120 7 �.$ 10 12 13 14 16 15 17 18 19 20 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS1 $4617782.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fom,Vcrsion May 22,2019 PA3W-B 00 4243 Bid Proposal DAPslsm LIGHTS—Unit Pd. DAP-BID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM Walsh Ranch-PA3W-B UNIT PRICE BID Bidder's Application Project Item hiforniation Bidder's Proposal Bidlist Item Description Unit of I Specification Bid Unit Price Bid Value No. Measure Section No. Quantity Bid Summary„ UNIT V:STREET LIGHTING IMPROVEMENTS $461 782.00 Total Construction Bid $461,782.00 This Bid is submitted by the entity named below: BIDDER: BY:BROCKHUGGINS CONATSER CONSTRUCTION TX,L.P. 5327 WICHITAST. TITLE:Preident FORT WORTH.TX 76119 DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 working days after the date when the CONTRACT commences to run as provided in the General Conditions. C END OF SECTION i i r {II CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vcnion May 22,2019 PA3 W-B_0o 42 43_Bid Pmposal_DAP.xlsm 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP—PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed.In the"Major Work Type"box provide the complete maior work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Street Lights Improvements Conatser Construction TX,L.P. 01/07/2024 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX L,P, BY: Brock Huggins 5327 Wichita St. Fort Worth,TX 76119 &...o..--= ignature) TITLE: President DATE: END OF SECTION i i' CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015—DAP.docx Form Version September 1,2015 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of l 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it provides 4 worker's compensation insurance coverage for all of its employees employed on City Project No. 5 104054 Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b), as 6 amended,it will provide to City its subcontractor's certificates of compliance with worker's 7 compensation coverage. 8 9 CONTRACTOR: 10 11 Conatser Construction TX,L.P. _ By:Brock Huggins 12 Company (Please Print) 13 14 5327 Wichita St. Signature: e,,, 15 Address 00 16 17 Fort Worth TX 76119 Title:President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § ' 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority, on this day personally appeared 26 B t-i o oLYE_ ,known to me to be the person whose name is E 27 subscribed to the fore orng instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of Pre (cr) for the purposes and consideration 29 therein expressed and in the capacity therein stated. I 30 E, 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 202 - 33 34 35 o�ParN�ai,. KATHcRINEROSE � z b; N4TA;IYPUBIIC 36 * *: ID#133467933 Notary Public in and for the State of Texas ( �,oF.���. Sia1e of Texas 37 Comm.Exp.1 i 30 2025 38 END OF SECTION 39 40 41 42 43 44 CITY OF FORT WORTH Walsh Ranch-Quai)Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 Revised April 2,2014 00 52 43-1 Developer Awarded Project Agreement Page I of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 9/2 9/2 0 2 2 is made by and between the Developer, 4 Quail Valley Devco VLO,LLC.,authorized to do business in Texas ("Developer") , and Conatser 5 Construction TX. L.P., authorized to do business in Texas, acting by and through its duly 6 authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Walsh Ranch-0uail Valley-Planning Area 3 West-Phase B(PA3W-B) 16 City Project No.: 104054 17 Article 3.CONTRACT TIME 18 3.1 Time is of the essence. E 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. i 22 The Work will be complete for Final Acceptance within 30 working days after the date when 23 the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City 24 Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 28 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 29 City Conditions of the Construction Contract for Developer Awarded Projects, The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a legal 31 proceeding the actual loss suffered by the Developer if the Work is not completed on time. 32 Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated j 33 damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand 34 Dollars ($1000.00) for each day that expires after the time specified in Paragraph 3.2 for 35 Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4.CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Four Hundred Sixty-One Thousand Seven Hundred Eighty 39 Two Dollars($461,782.00). 40 Article 5.CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form(As provided by Developer) 47 1) Proposal Form(DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents(project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond(DAP Version) 52 d. Performance Bond(DAP Version) 53 e. Maintenance Bond(DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form(If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or,if 61 not attached, as incorporated by reference and described in the Table of Contents of 62 the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued,become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. j' 72 73 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 00 52 43-3 Developer Awarded Project Agreement Page 3 of4 74 Article 6.INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense,the city,its officers,servants and employees,from and against any and all claims 77 arising out of, or alleged to arise out of, the work and services to be performed by the 78 contractor, its officers, agents, employees, subcontractors, licenses or invitees under this 79 contract. This indemnification provision is specifically intended to operate and be 80 effective even if it is alleged or proven that all or some of the damages being sought were 81 caused,in whole or in part,by any act,omission or negligence of the city. This indemnity 82 provision is intended to include, without limitation, indemnity for costs, expenses and 83 legal fees incurred by the city in defending against such claims and causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless,at its own expense,the 86 city, its officers, servants and employees, from and against any and all loss, damage or 87 destruction of property of the city, arising out of, or alleged to arise out of, the work and 88 services to be performed by the contractor, its officers, agents, employees, 89 subcontractors, licensees or invitees under this contract. This indemnification provision 90 is specifically intended to operate and be effective even if it is alleged or proven that all or 91 some of the damages being sought were caused,in whole or in part,by any act,omission 92 or negligence of the city. 93 94 Article 7.MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the t 97 Construction Contract for Developer Awarded Projects. i 98 7.2 Assignment of Contract. i 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the Developer. 101 7.3 Successors and Assigns. 102 Developer and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining 108 provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement,including all of the Contract Documents is performable in the State of Texas. ill Venue shall be Tarrant County, Texas, or the United States District Court for the Northern 112 District of Texas,Fort Worth Division. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 00 52 43-4 Developer Awarded Project Agreement Page 4 of 4 113 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 116 signatory of the Contractor. 117 118 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 119 counterparts. 120 121 This Agreement is effective as of the last date signed by the Parties (`Effective Date"). 122 Contractor: Developer: Conatser Construction TX,L.P, Quail Valley Devco VLO,LLC. B �, — _ B (sivm.ture) (Signature) i i Brock Huggins Seth Carpenter (Printed Name) (Printed Name) Title:President Title: Company Name: Conatser Construction TX,L.P. Company name: Quail Valley Devco VLO,LLC Address: Address: 5327 Wichita St. _400 S.Record St.,Suite 1200 City/State/Zip: Fort Worth,TX 76119 City/State/Zip:Dallas TX,75202 9/29/2022 9/29/2022 Date Date 123 125 126 f 127 128 129 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— City Project No.104054 DEVELOPER AWARDED PROJECTS Revised June 16,2016 00 61 25-1 CERTIFICATE OF INSURANCE Page 1 of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 i 15 i 16 17 E E 18 19 20 21 22 23 i 24 END OF SECTION CM OF FORT WORTH Walsh Ranch-Quail Talley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104054 Revised July 1,2011 ® DATE(MMIDDIYYYY) ACOR© CERTIFICATE OF LIABILITY INSURANCE os/z8/zoz2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER oo TAcr NAME Joyce Womack : The Sweeney Company PHONE (817)457-6700 FAlC No i (817)457-7246 1121 E.Loop 820 South a-MALL : Joyce@thesweeneyce.com P 0 BOX 8720 INSURER($)AFFORDING COVERAGE NAICX Fort Worth TX 76124-0720 INsuRERA: Bitco National Insurance Company 20109 INSURED INSURER B, Bltco General insurance Corporation 20095 Conatser Construction TX,LP; INSURER C: P.O.Box 15448 INSURERD: INSURER E: Fort Worth TX 76119-0448 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SIR ADDLISVBRI POLICY C EXP LIMITS LTR TYPE OF INSURANCE I SD WVD POLICYNUMBER MMIDDIYYYY MMIDDIYYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED-_-- _�- CLAIMS-MADE �OCCUR PREMISES(Ea ocwrrenw $ 100,000 X CONTRACTUAL,XCU MED EXP(An one person) 5,000 A X INDEP CONT,BFPD CLP 3 719 892 OB/01/2022 08/01/2023 PERSONAL&ADV INJURY S 1,000,000 GEN'LAGGREGATE UMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO-JECT LOC PRODUCTS-COMP/OPAGG $ 2.000,000 X OTHER: $i,000 DED PER PD OCC Sudden,Acc Pollution S 1,000,000 AUTOMOBILE LIABILITY COMBINED.SINGLE LIMIT S 1,000,000 Ea ecddent ANYAUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED CAP 3 719 893 08/01/2022 08/01/2023 BODILY INJURY(Per accident) $ AUTOSONLY AUTOS HIRES NON-OWNED PROPERTY DAMAGE $ s AUTOS ONLY AUTOS ONLY Peracddent $ E X UMBRELLA LUl6 X OCCUR EACH OCCURRENCE $ 5,000,000 { B EXCESS LIAR CLAIMS-MADE CUP 2 821 982 08/01/2022 OB101/2023 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION X1 STATUTE _ E_RH_ AND EMPLOYERS'PART JTY YIN E.L.DISEASE-FAE EACHFYI ACCIDENTS B ANY PROPRIMBERIPARTNE EDXECUTIVE NIA WC 3 719 891 OSl01/2022 08/01/2023 1,000 000 OFFICER/MEMBER EXCLUDED? YEE $ 1,000,000 (Mandatory In NH) (ryes,describe 1,000,000 DESCRIPTION OF OPERATIONS balmE.l.DISEASE-POLICY LIMIT $ Brock Huggins Pres,Jessie Martinez VP, B Obed Gatewood VP,all office only I DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) I Proj 104054 Walsh Ranch Planning Area 3 West Ph.8(PA3W-B)Water,Sanitary Sewer,Drainage,Paving&Street Light Improvements. WC,GL&auto include a blanket automatic waiver of subrogation endt&the GL,auto include a blanket automatic additional insured endt providing additional insured& waiver of subrogation status to the cert holder only when there is a written contract between the named Insured&the cert holder that requires such status. The additional insured endts contains special primary&noncontributory wording.Umbrella follows form additional insured&waiver of subrogation.The policies Include an endt providing 30 day notice of cancellation(10 days for non-pay of premium)to the cart holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN CITY OF FORT WORTH ACCORDANCE WITH THE POLICY PROVISIONS. 200 TEXAS ST AUTHORIZED REPRESENTATIVE FT WORTH TX 76102 01988-2016 ACORD CORPORATION. All rights reserved. ACORD 26(2016/03) The ACORD name and logo are registered marks of ACORD r ® DATE(MMIDDNYYY) A C 1 " CERTIFICATE OF LIABILITY INSURANCE os/26/zo2z THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: Ifthe certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Joyce Womack NAME: The Sweeney CompanyCONE e t (817)457-6700 Yafc Nos (817)457-7246 1121 E.Loop 820 South Ap AILS., Joyce@thesweeneyco.com P 0 Box 8720 INSURERS)AFFORDING COVERAGE NAIC d Fort Worth TX 76124-0720 INSURERA: Bitco National Insurance Company 20109 INSURED INSURER B: Bitco General Insurance Corporation 20095 Conatser Construction TX,LP; INSURER C: P.O.Box 15448 INSURER D: INSURER E: Fort Worth TX 76119-0448 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OFANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE SD' - POLICYNUMBER MMfDDIYYOLICY YY MMID NYYY LIMITS X`COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE Q OCCUR PREM SESE a ocTarn�e�nce 5 100,000 X CONTRACTUAL,XCU MED ExP An'one rson $ 5,000 A X INDEPCONT,BFPD CLP3719892 08/01/2022 08/01/2023 PERSONAL&ADV INJURY $ 1'000,000 GENLAGGREGATE UMtTAPPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY�JECTPRO- LOC PRODUCTS-CO It 2,000,000 OTHER: $1,000 DED PER PD OCC Sudden,Acc Pollution $ 1,000,000 0098INEOSINGLELIMIT $ 1,000,000 i AUTOMOBILE LIABILITY Ilia accident X ANYAUTO BODILY INJURY(Perperson) $ i B OWNED SCHEDULED CAP 3 719 893 08/01/2022 08/01/2023 BODILY INJURY(Per accident) $ ! AUTOS ONLY AUTOS •-•—•-•- HIRED NON-OWNED DA AGE E AUTOS ONLY AUTOS ONLY Per accident) $ $ E. X UMBRELLA LIAR X OCCUR FACHOCCURRENCE $ 5,000,000 ( B EXCESS LIAB CLAIMS-MADE CUP 2 821 982 08/01/2022 08/01/2023 AGGREGATE $ 5,o00,000 DED I X RETENTION$ 10,000 $ WORKERS COMPENSATION X STATUTE ERµ _ AND EMPLOYERS'LIABILITY YIN E L EACH E EMPLOYEE ANY PROPRIETOR/PARTNEMEXECUnVE ACCIDENT $ 1,000,OOD B OFFICER/MEMSEREXCLUDED9 NIA WC 3 08101/2022 OSl0112023 E.L. -• — (Mandatory in NH) E.L.DISEASE-EA E $ 1,DOO,000 e If yes,describe under E.L.DISEASE-POLICY LIMrT $ 1,000,OOD �j DESCRIPTION OF OPERATIONS below Brock Huggins Pies,Jessie Martinez VP, B Obed Gatewood VP,all office only DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Proj 104054 Walsh Ranch Planning Area 3 West Ph.B(PA3W-B)Water,Sanitary Sewer,Drainage,Paving&Street Light Improvements.WC,GL&auto (j include a blanket automatic waiver of subrogation endt&the GL,auto include a blanket automatic additional insured endt providing additional insured& (( waiver of subrogation status to the cert holder only when there is a written contract between the named insured&the cert holder that requires such status. [, The additional insured endts contains special primary&noncontributory wording.Umbrella follows form additional insured&waiver of subrogation.The policies include an endt providing 30 day notice of cancellation(10 days for non-pay of premium)to the cart holder. i CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN QUAIL VALLEY DEVCO III VLO LLC ACCORDANCE WITH THE POLICY PROVISIONS. 400 S RECORD ST STE 1200 AUTHORIZED REPRESENTATIVE DALLAS TX 75202 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 26(2016103) The ACORD name and logo are registered marks of ACORD Bond No.0247475 00 62 13- I PERFORMANCE nOND Page 1 or 1 SECTION 00 62 13 2 PERFORMANCE BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX,L.P. known as"Principal"herein and 8 Berklev Insurance Corn an _ a corporate surety(sureties, if more than 9 one)duly authorized to do business in the State of Texas. known as"Buret}" herein(whether one 10 or more).are held and firmly bound unto the Developer.Quail Valley Deveo VLO.LLC.. 11 authorized to do business in Texas("Developer")and the City of Fort Worth,a Texas municipal l2 corporation("City").in the penal sum of. Four Hundred Sixty-One Thousand Seven Hundred i 13 Cults Trro Dollars ($461.782.00). lawful money ofthe United States,to be paid in Fort Worth. 14 Tarrant County,Texas for the payment of which sum well and truly to be made jointly unto the 13 Developer and the City as dual obligees,we bind ourselves.our heirs.executors.administrators. I 16 successors and assigns.jointly and severally. Firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth b3 and through a Community Facilities I 19 Agreement,CFA Number:CFA22-0068 and 20 WHEREAS.the Principal has entered into a certain written contract with the Developer awarded _'1 the 29th day° of September 2022, which Contract is hereby referred to and made a € 22 part hereof for all purposes as if fully set forth herein,to furnish all materials.equipment labor 23 and other accessories defined by laNs-,in the prosecution of the Work. including any Change 24 Orders.as provided for in said Contract designated as 1PRC22-0065-Walsh Ranch-Quail Vallev- 25 Pianm Ly Area 3 West Phase B(PA3W-B)- 26 NOW,THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders,underthe Contract.according to the plans. 29 specifications,and contract documents therein referred to,and as Nvell during any period of 30 extension of the Contract that may,be granted on the part of the Developer and/or Cit; then this 31 obligation shall be and become null and void. otherwise to remain in full force and effect. 2 PROVIDED FURTHER,that if am' legal action be tiled on this Bond,venue shall lie in 33 Tarrant County,Texas or the United States District Court for the Northern District of Texas.Fort 34 Worth Division. CH Y W FORT WOR 1'II 1k`alsh Ranch-Quail Valley-Planning Area 3 NVest-Phase B(,PA3W-B) S GANDARD CiTi'CONDITIONS—DEVELOPER AWARDED PROJE..CTS Ciq Project No 104054 Rotsed Janum 31 2u12 006213 PERFORMANCE BOND Pate 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 T"exas Government Code.as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said stattie. 4 1N WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the_Z_ _ day of G 2a 7 PRINCIPAL: 8 Conatser Construction TX L.P. IQ � I1 BY: 12 Signature 13 ATTEST: 14 15 Brock Fluzcins. President 16 (Principal)Secreta - tiameand`fitle 17 18 Address: 5327 Wichita St. 19 Fort worth.TX 76119 10 I .a� i 22 Witness as to Principal ?3 SURETY: F 24 Berkley_Insurance Company_ 25 26 BY- 28 Signature 30 Robbi Morales,Attorney-in-fact 31 ?dame and Title 32 33 address: 5005 LBO Freeway Suite 1500 34 _Dallas,TX 75244 35 36 37 iUtess as to Surety 1 elephone Number: 214/959-0000 38 ~� 39 40 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 41 from the by-laxvs showinct that this person has authority to sign such obligation. if 42 Surety's physical address is different from its mailing address,both must be provided. 43 44 The date of the bond shall not be prior to the date the Contract is awarded. CITY qF FORT"OR rl1 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) S1 ANDARu Crtl'CONDITIONS—DEVELOPER ANVARDI'D PROJIWI S City Pnjttct No 11)4054 Revised Januan 3 1.2012 Bond No.0247475 U06214-1 PAYMEN1 BOND Page)W,2 I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction n. L.P.�v _ known as"Principal"herein,and 8 _ BerklrInsurance Company a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Qjjail it ValleN- Deveo VLO.,l_LC.,authorized to do business in Texas"(Developer"),and the City of Fort 12 Worth, a Texas municipal corporation ("City"). in tale penal stun of Four Hundred Sixty-One 13 Thousand Seven Hundred Ei Fite Ttvo Dollars($461,782.00), lawful money of the united States, 14 to be paid in Fort Worth.Tarrant County,Texas.for the payment of which stun w-ell and truly be 15 made jointly unto the Developer and the City as dual obligees. we bind ourselves, our heirs. is executors. administrators,successors and assigns.jointly and severally. firmly by these presents: 17 WHEREAS, Developer and Cite have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth. b-, and through a COmmUnity Facilities 19 Agreement, C FA Number CFA22-0068 and 4 20 WHEREAS, Principal has entered into a eertain �N ritten Contract with Developer, 71 awarded the Z�7 day of . 20 Z Z .whieh Contract is herebN 22 referred to and made apart hereof for al l purposes as i f fully set forth herein,to furnish all 23 materials.equipment, labor and other accessories as defined by law,in the prosecution of tile I 24 Work as provided for in said Contract and designated as 1PR622-0065-Walsh Ranch-Quail 25 Vallev-Planning Area 3 West-Phase B 01A3W-B). 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if F 27 Principal shall pad all monies owing to any (and all) pavinent bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code,as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void., otherwise to remain in lull 30 force and elTect, 1 i 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 32 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 33 accordance,,i ith the provisions of said statute, CITY OF FORT WORTI i Walsh Mauch-quail Valle}-Planning Area 3 West-Phase 13 t PA3tk'-13) S1ANDARD C)1 Y CoNDITIMS—D):VII.01TR AWARDRD PROJECTS Cn1 Prulect No 104054 Revs-,ed January.:1 21112 (X)62 11 2 PAYNI F N1'13oND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the_Z3____ day of m 2- PRINCIPAL: Conatser Construction'I X. L.P. ATTEST; 13Y: Brock HULL ti11s,,President (Princi al)Secrets x Name and Title Address; 5327 Wichita St Fort Worth.TX 76119 Witness as to Principal SURETY: Berkley Insurance Company ATTEST: BY: Signature Robbi Morales,Attorney-in-fact (,Surety)Secretary' Name and Title ` Address: 5005 LB Freewa ,Suite 1500 i _Dallas,TX 75244 Ali�s Surety - S Telephone Number: 214/989-0000 G Note: If signed by an officer of the Surety, there must be on rile a certified extract from the 7 bylaws shoring that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I I END OF SECTION 12 CITY OF FORT 13'oRTtl Walsh ltaneh-Quail Valle-Planning Area.; West-Phase 13(PA3, W-13) S l'ANDARD C'11Y C'(1N!)rrIONS—DEV1,1,01 1A AWARDIED PROJECTS Of\ Projecl No 104054 Ret ised January 31.2012 006219-1 MAINTENANCE BOND Pagel of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Conatser Construction TX.L.P. ,known as "Principal"herein and 8 Berkley Insurance Company ,a corporate surety(sureties,if more than 9 one) duly authorized to do business in the State of Texas,known as "Surety"herein(whether one 10 or more),are held and firmly bound unto the Quail Valley Devco VLO,LLC,authorized to do 11 business in Texas ("Developer") and the City of Fort Worth,a Texas municipal corporation 12 ("City"),in the sum of Four Hundred Sixty-One Thousand Seven Hundred Eighty Two Dollars 13 ($461,782.00), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 14 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City 15 as dual obligees and their successors,we bind ourselves,our heirs,executors,administrators, 16 successors and assigns,jointly and severally,firmly by these presents. 17 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement,CFA#: CFA22-0068 and 21 WHEREAS,the Principal has entered into a certain written contract with the Developer awarded 22 the 2 9 t h day of September ,20 2 2 ,which Contract is hereby 23 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 24 materials,equipment labor and other accessories as defined by law,in the prosecution of the 25 Work,including any Work resulting from a duly authorized Change Order(collectively herein, 26 the "Work") as provided for in said Contract and designated as IPRC22-0065-Walsh Ranch-Quail 27 Valley-Planning Area 3 West-Phase B (PA3W-B). 28 29 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans,specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two(2)years 32 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 33 34 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 35 upon receiving notice from the Developer and/or City of the need thereof at any time within the 36 Maintenance Period. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-13) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised January 31,2012 0062 0.' MAIN ITNANCr 13OND Pare 2(1 1 2 NONV THEREFORE.the condition of this obligation is such that if Principal shall 3 remedy any defective Work. for which timely notice was provided by Developer or Cite,to a 4 completion satisfactory to the City,then this obligation shall become null and void; otherwise to remain in full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely' 8 noticed defective Work. it is agreed that the Developer or City may cause any and all such 9 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 10 by the Principal and the Surety under this Maintenance Bond:and 11 i 12 PROVIDED FURTHER.that if any legal action be filed on this Bond.venue shall lie in j 13 Tarrant County.Texas or the United States District Court for the Northern District of Texas.Dort 14 Worth Division;and IS 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT wt)RT11 walsli 1ianeh-Quail valley-Planning Area 3 Wot-Phase H WMIN-Ht St'A:\DARD C ITY C OM)rrioNS—DINFLOPER A WARDIA)PROJECTS C'tts Pro ct No 10405; Ractsed January.31,3Q12 0062 19-3 MAINTENANCE BOND Page I ol'3 1 IN WITNESS WHEREOF.the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the "L`l t� day of 4 S PRIN'CIPAL: 6 Conatser Construction TY,LT. 7 8 9 BY; 10 Signature 1 I :ATTEST: 12 13 Brock Hu rt?ins.President l4 (Prineipal)Secretary — 'v ___...._. j ame and Title li 16 Address: 5327 Wichita St. 17 _ Fort Worth.T\76119 18 I 19 �\ Re 'C 20 Witness as to Principal 21 SURETY: Berkley Insurance Cotnoanp 23 14 -- 25 BY E 26 Signature 27 28 Robbi Morales,Attorney-in-fact 79 ;ATTEST: \Arne and Tide ! 30 31 /7 _ Address:_5_005 LBT Freeway,Suite 1500 32 (Surety Secretary Dallas,TX 75244 [- 33 -1 t f — 3S AWAness as to Surety Telephone Number: 214/989-0000 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address,both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 C11 Y O Ft)RT WORTH Walsh Ranch-quad Valle%-Planning Area 3 We;t-Phax R s PAW-111 S l-ANDARI)CITY C'ONDI'l IONS—Dl-*V=.1.0PFR!kNVARt)t"D PRUIF'C'l:S City Prnleet\a 104c154 Rei iNed Junwin 31.21 i12 No.BI-7280k-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna;Don E. Cornell, Sophinie Hunter; Robb! Morales; Kelly A. Westbrook; Tina McEivan; Joshua Saunders; Tonie Petranek; or Mikaela Peppers of Aon Risk Services Southwest,Inc. of Dallas, TX its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with,and governed by,the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such t attorney-in-fact and revoke any power of attorney previously granted;and further € RESOLVED,that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance, or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued, IN WITNESS WHEREOF,the Company has caused these presents to,-be signed and attested by its appropriate officers and its corporate seal hereunto affixed this llth day of May ::::�022 \�4�iRANr� Attest: BeM ,Insurance Comp cany By By ir-A,Uderman Jo } after ! ; f Executive Vice President&Secretaryresident STATE OF CONNECTICUT) ) ss: COUNTY OF FA.BYRLD ) Sworn to before me, a Notary Public in the State of Connecticut,this 1 ith day of Maim,_ 2022 ,by Tra S.Lederman and Jaffrey M. Hafta Who are sworn to me to be the Executive Vice President Secretary, and " Senior Vice President, respectively,of Berkley Insurance Company. NOS ARYPURI�ICC CONNECTICUT MY COMMISSION AFHIL32024PIRE$ 'otary�ttbliC,State of Counecticirt CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded ancj.hir aut hority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of t"ey!, shed,is in full force and effect as of this date. '� ¢PUR r�t•F 1'�t � der my hand and seal of the Company,this day of - �S•.,_ l975� Y Vincent P.Forte IMPORTANT NOTICE To obtain information or make a complaint. You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3634 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: i 1-800-252-3439 pot C You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:/1www.tdi.state.tx.us E-mail: ConsumerProtectiontdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 —Definitions and Terminology........................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................5 Article2 —Preliminary Matters.........................................................................................................................6 2.01 Before Starting Construction.........................................................................................................6 2.02 Preconstruction Conference..........................................................................................................6 2.03 Public Meeting..............................................................................................................................6 Article 3 —Contract Documents and Amending...............................................................................................6 3.01 Reference Standards......................................................................................................................6 3.02 Amending and Supplementing Contract Documents...................................................................6 Article4—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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 5.18 Indemnification...........................................................................................................................24 5.19 Delegation of Professional Design Services...............................................................................24 5.20 Right to Audit:.............................................................................................................................25 5.21 Nondiscrimination.......................................................................................................................25 Article6— Other Work at the Site...................................................................................................................26 6.01 Related Work at Site...................................................................................................................26 Article 7—City's Responsibilities. .................................................................................................................26 7.01 Inspections, Tests, and Approvals...................................................................................................26 7.02 Limitations on City's Responsibilities........................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8 —City's Observation Status During Construction............................................................................27 8.01 City's Project Representative......................................................................................................27 8.02 Authorized Variations in Work...................................................................................................27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed..........................................................................................28 Article9 —Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work................................................................................................28 9.02 Notification to Surety..................................................................................................................28 Article 10—Change of Contract Price; Change of Contract Time.................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Article 11 — Tests and Inspections; Correction, Removal or Acceptance ofDefective Work.......................29 11.01 Notice of Defects ........................................................................................................................29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections ..................................................................................................................29 11.04 Uncovering Work.................................................................................................................. 30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work ............................................................................ 30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work.............................................................................................31 Article12—Completion..................................................................................................................................32 1201 Contractor's Warranty of Title....................................................................................................32 1202 Partial Utilization........................................................................................................................32 1203 Final Inspection...........................................................................................................................32 1204 Final Acceptance.........................................................................................................................33 Article13 — Suspension of Work.....................................................................................................................33 13.01 City May Suspend Work.............................................................................................................33 Article14—Miscellaneous..............................................................................................................................34 14.01 Giving Notice..............................................................................................................................34 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 14.02 Computation of Times................................................................................................................34 14.03 Cumulative Remedies.................................................................................................................34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE I —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 orforms. 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 recordedplat. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table(if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit i. MWBE Commitment Form(If required by City) k. General Conditions 1. 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 Proj ect'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 notContract 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof,fully, entirely, and in conformance with the Contract Documents. 17. General Requirements A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non Participating Change Order A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of theAgreement. 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 theAgreement. 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 ContractDocuments. 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 theProject. 28. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the ContractDocuments. 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.in. and 6 p.in. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform,Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2—PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3— CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the followingways: 1. A Field Order; CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal(subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4—BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates oflnsurance 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease -policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three(3)years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 eachoccurrence 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 "Y', "C", and 'lull 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 beliable. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident/ 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None b. Each Occurrence: : None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised:January 10,2013 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repairwork 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: I. for beyond Regular Working Hours request must be made by noon at least two (2)Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services,Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements)proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made byparticipating 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2 Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City,in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No"or-equal" or substitute will be ordered,installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification ofBidders (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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ® Required for this Contract. ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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 llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i)the name and CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shallbe 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 OtherAreas: 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-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of35 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 theDamage 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 againstCity. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of35 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 ContractDocuments. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of35 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 causedby: 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-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THI 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 ofactions. 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of35 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of35 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 ContractDocuments. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of35 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 anticipatedproj ect. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of35 ARTICLE I I —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 maybe rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed anegative result and require a retest. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12— COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4 affidavits of payments and complete and legally effective releases or waivers (satisfactory to City)of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6 Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13— SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 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 of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 0073 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-Planning Area 3 West-Phase C(PA3W-C) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No. 103899 Revised:January 10,2013 01 11 00-1 DAP SUMMARY OF WORK Page 1 of 3 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No 104054 Revised December 20,2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns,fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No 104054 Revised December 20,2012 01 11 00-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area West-Phase B(PA3W-B) STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS City Project No 104054 Revised December 20,2012 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 SECTION 0125 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 criteriaor 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 maybe 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution,including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product,including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion,acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 012500-4 DAP 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 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 0131 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. 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 cc. 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 013119-3 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August 30,2013 01 32 33-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013233-2 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-1 DAP SUBMITTALS Page 1 of 8 SECTION 0133 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 thetime 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 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 Sectionnumber. c. Last use a letter,A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples,including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria,materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 1 linches. 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limitedto: 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 Proj ect. 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 limitedto: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabricationprocesses, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include,but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit aP.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 013300-8 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised August 30,2013 0135 13-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES] 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. [Coordination with North Central Texas Council of Governments Clean 19 Construction Specification[remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 —General Requirements 25 3. Section 33 12 25 —Connection to Existing Water Mains 26 27 1.2 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August,30,2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a. Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performed in 4 compliance with and subject to approval from the Texas Department of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a. All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a. Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a. Insulating cage-type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes or dippers 17 c. Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a. Notification shall be given to: 21 1) The power company(example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 27 lower the lines 28 c. No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a. Manholes 35 b. All other confined spaces in accordance with OSHA's Permit Required for 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a. Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 01 31 13 43 E. Water Department Coordination CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August,30,2013 0135 13-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August,30,2013 013513-4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 L Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. 42 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 43 Construction Specification [if required for the project] 44 1. Comply with equipment, operational, reporting and enforcement requirements set 45 forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August,30,2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 13 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-13) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August,30,2013 013513-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August,30,2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 Fob WorTx, Date: DOE NO.XXXX Pnoieet Msme: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 -- 4 CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised August,30,2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 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. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V.Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 01 5000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 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 orauthorities 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion ofWork. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration ofthe 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised JULY 1,2011 01 5526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 57 13-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 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 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid.No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent:NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Integrated Storm Management(iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 57 13-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send I copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 57 13-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised July 1,2011 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION 0160 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: httns://anus.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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 1 D.V.Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised March 20,2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 016600-2 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 ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-2 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 Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Emergency Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Requirements for construction staking and construction survey 7 B.Deviations from this City of Fort Worth Standard Specification 8 1. See Changes(Highlighted in Yellow). 9 C.Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A.Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this Item are 19 subsidiary to the various Items bid and no other compensation will 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 Item are 25 subsidiary to the various Items bid and no other compensation will be allowed. 26 3. As-Built Survey 27 a. Measurement 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this Item are 31 subsidiary to the various Items bid and no other compensation will be allowed. 32 33 34 35 36 37 38 1.3 REFERENCES 39 A.Definitions CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 1. Construction Survey-The survey measurements made prior to or while construction is in 2 progress to control elevation,horizontal position, dimensions and configuration of 3 structures/improvements included in the Project Drawings. 4 2. As-built Survey—The measurements made after the construction of the improvement 5 features are complete to provide position coordinates for the features of a project. 6 3. Construction Staking—The placement of stakes and markings to provide offsets and 7 elevations to cut and fill in order to locate on the ground the designed 8 structures/improvements included in the Project Drawings. Construction staking shall 9 include staking easements and/or right of way if indicated on the plans. 10 4. Survey"Field Checks"—Measurements made after construction staking is completed and 11 before construction work begins to ensure that structures marked on the ground are 12 accurately located per Project Drawings. 13 B.Technical References 14 1. City of Fort Worth—Construction Staking Standards (available on City's Buzzsaw website) 15 — 01 71 23.16.01_Attachment A Survey Staking Standards 16 2. City of Fort Worth- Standard Survey Data Collector Library(fxl) files (available on City's 17 Buzzsaw website). 18 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 19 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 20 Surveying in the State of Texas,Category 5 21 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 24 (qualifications based selection) for this project. 25 1.5 SUBMITTALS 26 A.Submittals, if required, shall be in accordance with Section 01 33 00. 27 B.All submittals shall be received and reviewed by the City prior to delivery of work. 28 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 29 A.Field Quality Control Submittals 30 1. Documentation verifying accuracy of field engineering work, including coordinate 31 conversions if plans do not indicate grid or ground coordinates. 32 2. Submit"Cut-Sheets"conforming to the standard template provided by the City(refer to 01 33 71 23.16.01 —Attachment A— Survey Staking Standards). 34 35 1.7 CLOSEOUT SUBMITTALS 36 B. As-built Redline Drawing Submittal 37 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 38 constructed improvements signed and sealed by Registered Professional Land Surveyor 39 (RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A— Survey Staking 40 Standards) . CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one 2 (1)week prior to scheduling the project final inspection for City review and comment. 3 Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to 4 the City prior to scheduling the construction final inspection. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A.Construction Staking 8 1. Construction staking will be performed by the Contractor. 9 2. Coordination 10 a. Contact City and Developer's Project Representative at least one week in advance 11 notifying the City of when Construction Staking is scheduled. 12 b. It is the Contractor's responsibility to coordinate staking such that construction 13 activities are not delayed or negatively impacted. 14 3. General 15 a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or 16 Developer's Project Representative are required to re-stake for any reason,the 17 Contractor will be responsible for costs to perform staking. If in the opinion of the 18 City, a sufficient number of stakes or markings have been lost,destroyed disturbed or 19 omitted that the contracted Work cannot take place then the Contractor will be required 20 to stake or re-stake the deficient areas. 21 B.Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that horizontal and vertical control data established in the design 25 survey and required for construction survey is available and in place. 26 3. General 27 a. Construction survey will be performed in order to construct the work shown on the 28 Construction Drawings and specified in the Contract Documents. 29 b. For construction methods other than open cut,the Contractor shall perform 30 construction survey and verify control data including,but not limited to,the following: 31 1) Verification that established benchmarks and control are accurate. 32 2) Use of Benchmarks to furnish and maintain all reference lines and grades for 33 tunneling. 34 3) Use of line and grades to establish the location of the pipe. 35 4) Submit to the City copies of field notes used to establish all lines and grades, if 36 requested, and allow the City to check guidance system setup prior to beginning each 37 tunneling drive. 38 5) Provide access for the City, if requested,to verify the guidance system and the line 39 and grade of the carrier pipe. 40 6) The Contractor remains fully responsible for the accuracy of the work and 41 correction of it, as required. 42 7) Monitor line and grade continuously during construction. 43 8) Record deviation with respect to design line and grade once at each pipe joint and 44 submit daily records to the City. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 2 05 23 and/or 33 05 24), immediately notify the City and correct the installation in 3 accordance with the Contract Documents. 4 C. As-Built Survey 5 1. Required As-Built Survey will be performed by the Contractor. 6 2. Coordination 7 a. Contractor is to coordinate with City to confirm which features require as-built 8 surveying. 9 b. It is the Contractor's responsibility to coordinate the as-built survey and required 10 measurements for items that are to be buried such that construction activities are not 11 delayed or negatively impacted. 12 c. For sewer mains and water mains 12" and under in diameter, it is acceptable to 13 physically measure depth and mark the location during the progress of construction and 14 take as-built survey after the facility has been buried. The Contractor is responsible for 15 the quality control needed to ensure accuracy. 16 3. General 17 a. The Contractor shall provide as-built survey including the elevation and location(and 18 provide written documentation to the City) of construction features during the 19 progress of the construction including the following: 20 1) Water Lines 21 a) Top of pipe elevations and coordinates for waterlines at the following locations: 22 (1) Minimum every 25O linear feet, including 23 (2) Horizontal and vertical points of inflection, curvature, etc. 24 (3) Fire line tee 25 (4) Plugs, stub-outs, dead-end lines 26 (5) Casing pipe(each end) and all buried fittings 27 2) Sanitary Sewer 28 a) Top of pipe elevations and coordinates for force mains and siphon sanitary 29 sewer lines(non-gravity facilities) at the following locations: 30 (1) Minimum every 25O linear feet and any buried fittings 31 (2) Horizontal and vertical points of inflection, curvature, etc. 32 3) Stormwater—Not Applicable 33 b. The Contractor shall provide as-built survey including the elevation and location(and 34 provide written documentation to the City) of construction features after the 35 construction is completed including the following: 36 1) Manholes 37 a) Rim and flowline elevations and coordinates for each manhole 38 2) Water Lines 39 a) Cathodic protection test stations 40 b) Sampling stations 41 c) Meter boxes/vaults(All sizes) 42 d) Fire hydrants 43 e) Valves(gate,butterfly, etc.) 44 f) Air Release valves(Manhole rim and vent pipe) 45 g) Blow off valves(Manhole rim and valve lid) 46 h) Pressure plane valves 47 i)Underground Vaults 48 (1) Rim and flowline elevations and coordinates for each 49 Underground Vault. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 3) Sanitary Sewer 2 a) Cleanouts 3 (1) Rim and flowline elevations and coordinates for each 4 b) Manholes and Junction Structures 5 (1) Rim and flowline elevations and coordinates for each manhole 6 and junction structure. 7 4) Stormwater—Not Applicable 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY 11 PART 2 - PRODUCTS 12 A.A construction survey will produce,but will not be limited to: 13 1. Recovery of relevant control points,points of curvature and points of intersection. 14 2. Establish temporary horizontal and vertical control elevations(benchmarks) sufficiently 15 permanent and located in a manner to be used throughout construction. 16 3. The location of planned facilities, easements and improvements. 17 a. Establishing final line and grade stakes for piers, floors,grade beams,parking areas, 18 utilities, streets,highways,tunnels, and other construction. 19 b. A record of revisions or corrections noted in an orderly manner for reference. 20 c. A drawing,when required by the client, indicating the horizontal and vertical location 21 of facilities, easements and improvements, as built. 22 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 23 construction staking projects. These cut sheets shall be on the standard city template which 24 can be obtained from the Survey Superintendent(817-392-7925). 25 5. Digital survey files in the following formats shall be acceptable: 26 a. AutoCAD(.dwg) 27 b. ESRI Shapefile (shp) 28 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use standard 29 templates, if available) 30 6. Survey files shall include vertical and horizontal data tied to original project control and 31 benchmarks, and shall include feature descriptions 32 PART 3 - EXECUTION 33 3.1 INSTALLERS 34 A.Tolerances: 35 1. The staked location of any improvement or facility should be as accurate as practical and 36 necessary. The degree of precision required is dependent on many factors all of which must 37 remain judgmental. The tolerances listed hereafter are based on generalities and,under 38 certain circumstances, shall yield to specific requirements. The surveyor shall assess any 39 situation by review of the overall plans and through consultation with responsible parties as 40 to the need for specific tolerances. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 a. Earthwork Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 2 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. 3 tolerance. 4 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 5 c. Paving or concrete for streets, curbs,gutters,parking areas, drives, alleys and walkways 6 shall be located within the confines of the site boundaries and, occasionally, along a 7 boundary or any other restrictive line. Away from any restrictive line,these facilities 8 should be staked with an accuracy producing no more than 0.05ft.tolerance from their 9 specified locations. 10 d. Underground and overhead utilities, such as sewers, gas,water,telephone and electric 11 lines, shall be located horizontally within their prescribed areas or easements. Within 12 assigned areas,these utilities should be staked with an accuracy producing no more than 13 0.1 ft tolerance from a specified location. 14 e. The accuracy required for the vertical location of utilities varies widely. Many 15 underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be 16 maintained. Underground and overhead utilities on planned profile,but not depending 17 on gravity flow for performance, should not exceed 0.1 ft.tolerance. 18 B.Surveying instruments shall be kept in close adjustment according to manufacturer's 19 specifications or in compliance to standards. The City reserves the right to request a calibration 20 report at any time and recommends regular maintenance schedule be performed by a certified 21 technician every 6 months. 22 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the 23 closures and tolerances expressed in Part 3.1.A. 24 2. Vertical locations shall be established from a pre-established benchmark and checked by 25 closing to a different bench mark on the same datum. 26 3. Construction survey field work shall correspond to the client's plans. Irregularities or 27 conflicts found shall be reported promptly to the City. 28 4. Revisions, corrections and other pertinent data shall be logged for future reference. 29 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 APPLICATION 33 3.5 REPAIR/RESTORATION 34 A.If the Contractor's work damages or destroys one or more of the control monuments/points set by 35 the City or Developer's Project Representative,the monuments shall be adequately referenced for 36 expedient restoration. 37 1. Notify City or Developer's Project Representative if any control data needs to be restored or 38 replaced due to damage caused during construction operations. 39 a. Contractor shall perform replacements and/or restorations. 40 b. The City or Developer's Project Representative may require at any time a survey 41 "Field Check" of any monument or benchmarks that are set be verified by the City 42 surveyors or Developer's Project Representative before further associated work can 43 move forward. CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A.It is the Contractor's responsibility to maintain all stakes and control data placed by the City or 4 Developer's Project Representative in accordance with this Specification. This includes 5 easements and right of way, if noted on the plans. 6 B.Do not change or relocate stakes or control data without approval from the City. 7 3.8 SYSTEM STARTUP 8 A.Survey Checks 9 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 10 2. Checks by City personnel or Yd party contracted surveyor are not intended to relieve the 11 contractor of his/her responsibility for accuracy. 12 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 21 CITY OF FORT WORTH Walsh Ranch-Quail Valley—Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No.104054 Revised February 14,2018 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 7719 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2-PRODUCTS [NOTUSED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 7823 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice,inform the City,that the required Work has been completed. Upon receipt of this notice,the City, in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Walsh Ranch-Quail Valley-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation,in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 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-Planning Area 3 West-Phase B(PA3W-B) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 104054 Revised April 7,2014 Appendix GC-4 ,002 Subsurface and Physical Conditions i F% RONE E N G I N E GEOTECHNICAL ENGINEERING REPORT PROPOSED WALSH RANCH PHASE 3 PA3W WEST TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS Prepared For: Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Attn: Ms. Akiko Shimizu September 2021 PROJECT NO. 21-25426 www.roneengineers.com / GEOTECHNICAL ENGINEERING RO N E EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING ENGINEERING CONSTRUCTION MATERIAL TESTING September 13, 2021 Ms. Akiko Shimizu Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Re: Geotechnical Study Proposed Walsh Ranch Phase 3 PA3W Fort Worth, Texas Rone Report No. 21-25426 Dear Ms. Shimizu: Rone Engineering Services, Ltd. (Rone) is pleased to submit the Geotechnical Engineering Report for the referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with our Proposal No. P-31066-21 dated June 8, 2021. This report presents engineering analyses and recommendations for site grading, foundations, and pavements with respect to known project and site characteristics. Detailed results of our field exploration and laboratory testing are provided in the appendix of the report. We appreciate the opportunity to be of service to you on this project. We look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the final design and construction phases. Please contact us if you have any questions or if we can be of further assistance. Respectfully submitted, ,O TF►�,' Al :..*..� ABD_OL R. SAVABI 113752 A. Reza Savabi, P.E. ����ONAL a Mark D. Gray, P.E. �.ti y� Senior Geotechnical Engineer Partner Texas Engineering Firm License No. F-1572 DALLAS I FORT WORTH AUSTIN HOUSTON 3201 NE Loop 820, SUITE 180 1 FORT WORTH, TExAs 76137 1 TEL: 817.717.1040 TABLE OF Page 1 PROJECT INFORMATION..................................................................................................... 1 2 PURPOSES AND SCOPE OF STUDY................................................................................... 1 3 FIELD EXPLORATION AND LABORATORY TESTING........................................................ 2 4 GENERAL SITE CONDITIONS ............... ......................................................... 3 4.1 Site Geology..................................................................................................._....................................3 4.2 Subsurface Soil Conditions.................................................................................................................3 4.3 Groundwater........................................................................................................................_......_.......4 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES.................................................. 5 5.1 Geotechnical Analysis .........................................................................................................................5 5.2 Subsurface Volume Change Potential....................................................................................... ........6 5.3 Seismic Site Class..............................................................................................................................8 6 FOUNDATION SYSTEM RECOMMENDATIONS................................................................... 8 6.1 Ground Modification and Subgrade Treatment.................................................................,................9 6.1.1 Subgrade Recompaction.......................................................................,.........................,_..........9 6.1.2 Excavation Safety Considerations................................................................................................9 6.2 Foundation Structure..............................................................................................................I...........9 7 SITE PREPARATION FOR CONSTRUCTION ..................................................................... 10 7.1 General......................................................................................................................:.......................10 7.2 Existing Grades ......... ......................................................................................................................10 7.3 Excavations................................................................................................:.......................................10 8 CONSTRUCTION OF SUBGRADE FILLS ........................................................................... 10 8.1 Subgrade Preparation.......................................................................................................................11 8.2 Subgrade Fill Construction ................................................................................................................12 8.2.1 Project Fills................................................................. ...............................................................12 8.2.2 Fill Material Requirements........................................................... ............................................12 8.2.3 Borrow Selection ........................................................................................... ...........................12 8.3 Fill Construction Specifications.........................................................................................................13 8.3.1 Subgrade Recompaction and Grade Raise Fill....................._......................................._.._........14 8.3.2 Utility Trench Backfill......................................................................................................................15 8.3.3 General Site Fills for Site Grading and Drainage................................._..._..................................22 8.3.4 Compaction Specification Summary.........................................................................................22 8.4 Quality Control and Field Verification Testing ...................................................................................22 8.5 Construction Oversight.............................................--......................................................................23 9 BUILDING FOUNDATION STRUCTURE............................................................................. 24 9.1 Slab Foundation................................................................................................................................24 10 PAVEMENTS...................................................................................................................... 25 10.1 Rigid Pavements.............................................................................................................................25 10.2 Pavement Base Course...................................................................................................................27 10.3 Pavement Construction and Maintenance Recommendations ........................................................27 11 DETENTION/RETENTION POND....................................................................................... 28 12 SITE COMPLETION AND MAINTENANCE........................................................................ 28 12.1 Site Grading and Drainage.............................................................................................................28 12.2 Landscaping and Irrigation .................................................,................................ ...........................29 13 STUDY CLOSURE ...... ...................................................................................................... 29 14 COPYRIGHT 2021 RONE ENGINEERING SERVICES, LTD............................................. 30 TABLEOF -CONTENTS APPENDIX A Plate VICINITYMAP................................................................:..........................................................................................A.1 GEOLOGYMAP..........................................................................................................................................4..............A.2 BORINGLOCATION DIAGRAM..............................................................................,..,...,,......,....................,..............A.3 LOGSOF BORING................................................._.................................................,.............. :...:....................A.4-A.81 KEY TO CLASSIFICATIONS AND SYMBOLS..............................................:.:....,..................................................A.82 UNIFIED SOIL CLASSIFICATION SYSTEM .................:...........................................................................4..............A.83 SWELL............................................................................._.........................................................4........_......__._..........A.84 SULFATE...................................................................................................................................................4....4........A.85 REC COMPACTION DESIGN CHARTS...............................................................................................A.86a and A.86e APPENDIX B Paqe FIELDOPERATIONS ..............................................................:....::::..:..:.............................................-....................4 B.i LABORATORY TESTING....................................::;.:................ ...:...........:........................_........................................B.2 APPENDIX C Paqe IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT...................4..................C.1 RDN GEOTECHNICAL ENGINEERING REPORT 1 PROJECT INFORMATION A tabular description of the project is included below: Table 1: Project Overview Item Description Location The project will be located at the current west terminus of Walsh Avenue in Fort Worth, Texas. The project consists of developing a residential community, with associated utilities and paved streets. Based on draft grading Project Description plans prepared by Huitt-Zollars, cuts up to 27 feet and fills up to 30 feet are planned within the phase. An amenity center is not anticipated within this phase The 138-acre property is generally vacant and covered with grass and scattered trees. Based data from Google Earth, the site generally slopes downward from the west to east and north to south, with elevations ranging from approximately 989 feet in the southwest corner to 881 feet in the northwest corner. The nearest Existing Site Conditions major reservoirs are Lake Weatherford 7 miles northwest and Lake Worth 8 miles northeast of the site. A large are of stockpiled soil and processed limestone lies along the east side of the proposed Phase PA3W making 15 of the proposed sample locations inaccessible due to terrain associated with these stockpiled materials. Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A of this report. Boring locations are shown on the Boring Location Diagram, Plate A.3. 2 PURPOSES AND SCOPE OF STUDY The principal purpose of this study is evaluation of site subsurface conditions to provide geotechnical recommendations for the design and construction of foundations and pavements, and assessment of final investigation needs. For these purposes, the study was conducted in the following phases: Borings were drilled and sampled at approximate 200-foot intervals to evaluate the subsurface conditions at the boring locations and to obtain soil and rock samples. R01 k.Y�,..I •iw4 • Laboratory tests were conducted on limited samples recovered from the borings to evaluate the pertinent engineering characteristics of the foundation materials. • Engineering analyses were conducted for foundation and pavement design recommendations. • Onsite soils were evaluated for potential sources of fill materials required for the project. As the Geotechnical Engineer of Record serving this project, we recommend that Rone provide assistance during the final design phase to confirm the intent of the geotechnical recommendations has been satisfied. In addition, Rone Earthworks should be retained to observe the fill construction and ensure the specified construction controls are properly implemented. 3 FIELD EXPLORATION AND LABORATORY TESTING The boring locations were defined in the field by Rone Engineering personnel using site landmarks, maps and aerial photographs. Ground surface elevations at the boring locations were interpolated from Google Earth® and should be considered approximate. The borings were not located by a registered surveyor. The locations and elevations are provided for general mapping purposes and are accurate only to the extent implied by the technique used in their determination. A total of 62 of the 76 proposed borings were completed to depths of approximately 20 feet below existing grades using a truck-mounted drill rig in August 2021. Fourteen (14) proposed boring locations were not accessible to the drill rig due to their planned locations obstructed by large areas of stockpiled soils associated with mass grading of earlier phases of construction. The approximate boring locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented in the Boring Logs, Plates A.4 through A.81. Keys to terms and symbols used on the logs are also included in Appendix A. Laboratory tests were performed on selected samples recovered from the borings to confirm visual classification, and to estimate material strata, in-situ consolidation states, and other pertinent engineering properties of the materials encountered. One-dimensional swell tests were performed on selected samples recovered from various depths. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B. • . Proposed Roly 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site appears to be mapped within the Goodland limestone formation (Kgl). The USGS Mineral Resources On-Line Spatial Data reference contains the following description of the Goodland limestone formation and the Kiamichi formation. Goodland Limestone Goodland Limestone inter-gradational laterally with Comanche Peak Limestone and differs from it chiefly in that the Goodland is more coarsely nodular, contains fewer and thinner clay beds, and massive resistant limestone beds are more numerous. Often undivided within the Walnut Clay formation comprised of clay and limestone about equally abundant. Please note that the geologic mapping was originally performed using aerial photography. Local variations and anomalies do occur. 4.2 Subsurface Soil Conditions The results of the field and laboratory testing have been used to develop a generalized subsurface profile of the project site. The strata identified in the borings at this site are described below: Stratum I Generally consists of brown to light brown fat clay (CH), sandy fat clay (CH), lean clay (CL), sandy lean clay (CL) and clayey sand (SC) containing various amounts of ferrous stains and limestone fragments as shallow as 1 foot to beyond the termination depth of approximately 20 feet. Stratum II Stratum II is comprised of tan and gray limestone. This stratum was encountered as shallow as 1 foot below existing site grade but was not encountered at all in 9 of the 62 total borings. Hand penetrometer readings ranged from 3.5 to more than 4.5 tons per square foot (tsf) in the cohesive soils. A tabular summary of the soil properties encountered in the borings is provided below. ProposedProject No.21-25426 RO N Table 2: Soil Property Summary _ Property Full Range Predominant Range Estimated Specific Gravity, G. 2.66—2.71 2.68-2.70 Percent Fines (%) 40 -99 55 - 90 Liquid Limit, LL 33 - 78 40 - 65 Plasticity Index, PI 15 -52 21 -45 Moisture Content(%) 7-23 13-22 Moisture Increase Potential (%) 1.9— 15.9 2.1 — 16.2 With sufficient changes in moisture content, swell pressures are estimated to be approximately 2,500 psf, or less, based on the moisture gain relative to the swell percentage measured on the tested samples. Swell pressure testing was not completed for the investigation due to the generally shallow limestone at the site and the amount of limestone pieces expected to be mixed within the fills. The Logs of Boring should be reviewed for specific information at individual boring locations. Stratification boundaries shown in the logs represent the approximate locations of changes in types of in-situ materials. The transition between material types may vary between borings, and be gradual and indistinct. Variations will occur and should be expected across the site. 4.3 Groundwater The borings were advanced using continuous flight augers and the boreholes were observed for water accumulation during and after drilling for the presence of water seepage. Free water was not observed in borings during drilling and 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-geologic assessment of the vadose zone or upper groundwater was not conducted. As such, the study did not include monitoring of upper groundwater levels or perched water conditions. A hydro-geologic study can be conducted upon request to assess the sources and variation of in-situ moisture in the vadose zone and groundwater beneath the site, and how various site development alternatives can alter those dynamics. In general, groundwater levels and moisture content in the vadose zone vary climatically and seasonally depending on topography, land use, surface hydrology, subsurface hydrogeology, and proximity to bodies of surface water. The rate and extent of these variations depend on many variables including subsurface stratigraphy, soil properties, subsurface moisture sources, ProposedProject No.21-25426 , Ra NE : capillary strength, consolidation states, soil structure, thermal cover, and surface infiltration and evapotranspiration rates. A limited hydro-geologic assessment of the vadose zone is provided in Section 5.1 Geotechnical Analysis. 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES 5.1 Geotechnical Analysis Foundation alternatives were evaluated based on site-specific geotechnical conditions, proposed development plans, and known design preferences. Subgrade preparation and foundation fill elements are critical components of all foundation systems. Foundation alternatives for the proposed development were evaluated based on the following engineering criteria. Bearing capacity • Settlement potential Volume change (shrink-swell) potential The rate and magnitude of subgrade volume change is controlled by soil wetting and drying cycles. Volume change potential is affected by moisture change potential, clay mineralogy, material density, soil structure, hydro-geologic environment, and confining pressure to swell pressure ratios. Moisture change potential, material density, and soil structure can be modified and/or controlled; and clay content, hydro-geologic environment and confining pressure can be managed to limit volume change as necessary for each foundation alternative. These are key factors when evaluating the ground modification elements for various foundation alternatives. The primary provisions for managing the hydro-geologic environment are long-term stabilization of subgrade moisture levels, and management of desiccation risk. Groundwater sources have not been fully evaluated, and a complete hydro-geologic study was not performed. Hydro-geologic assessment of the vadose zone indicates the primary moisture source is likely surface water infiltration with periodic perched water atop the underlying limestone. The current soil moisture profile indicates relatively moist conditions in the deeper soils, implying that capillary rise from a groundwater source located below the explored depths may also be a contributing factor affecting soil moisture levels at the site. Capillary rise from any permanent groundwater would help maintain deeper moisture levels where capillary breaks are absent. Capillary breaks appear to exist in scattered layers and pockets as gravelly clays. Other granular capillary breaks may be present in unexplored areas of the site. The site is undeveloped, • . Proposed RONE relatively open, and generally well-drained. Surface water storage is negligible, and the site exhibited minor thermal cover. Surface grades generally slope downward from west to east and north to south. However, the underlying bedrock gradient did not exhibit consist reflection of similar topography. Figure 1: Average Soil Moisture Profile 23 21 19 E g 17 � 15 13 0-2' 2•d` 4-6' ■6-8' -8-10, 13-15' R 18-20' Foundation systems often require ground modification within the vadose zone. Very dry soil conditions were found within the full range of soils across the site and water addition will be necessary during mass grading operations to reach the design moisture range. Each ground modification element includes provisions for limiting moisture content variation, and preparing for its effects. The following ground modification elements were evaluated for shallow foundation alternatives: • Need and extent of subgrade replacement/re-compaction fill, • Management and tolerance of in-situ conditions below ground modification depths, • Grade raise elements, • Strength and stability requirements of each foundation fill element; and, • Subgrade stabilization options. 5.2 Subsurface Volume Change Potential For this study, a limited assessment of swell potential was performed; swell pressures were not measured due to the generally shallow depth of limestone and the limited swell percentages with comparatively large moisture changes. Swell test results are summarized in the table below: Project No. • • -• Walsh Ranch Phase R o livE � Table 3: Swell Potential Moisture(%) Boring Depth Load Plasticity Percent --r Increase- Swell o (ft) (psf) Index Fines Initial Final Increase (/0) Potential B-2 3 375 46 76 22.6 27.4 4.8 5.1 3.2 B-4 1 5 625 15 27 16.1 22.9 6.8 7.0 0.2 B-9 3 375 21 69 16.0 21.9 5.8 6.1 0.5 B-13 5 625 24 93 14.5 17.9 3.4 3.6 2.7 B-16 3 375 30 -- 10.9 26.9 15.9 16.2 0.1 B-17 5 625 48 91 23.4 25.9 2.5 2.8 2.8 B-18 3 375 33 84 13.3 23.1 9.8 10.0 5.9 B-20 7 875 29 87 21.2 33.2 11.9 12.3 0.2 B-21 7 875 44 91 19.8 21.7 1.9 2.1 3.1 B-32 7 875 32 90 26.4 29.3 2.9 3.2 0.0 B-35 5 625 43 86 18.4 22.4 4.0 4.2 3.7 B-37 7 875 45 84 24.7 26.8 2.2 2.4 0.0 B-38 7 875 42 79 29.5 35.2 5.7 6.0 3.0 B-41 5 625 22 1 77 13.9 16.8 2.9 3.0 0.0 B-48 7 875 30 98 19.6 23.9 4.4 4.6 0.3 B-51 5 625 27 90 21.2 23.4 2.2 2.5 0.0 B-54 3 375 41 91 17.6 23.6 6.0 6.3 5.6 B-57 3 375 33 82 14.7 19.7 5.0 5.2 3.9 B-58 3 375 12 36 6.5 21.2 14.6 14.9 0.0 B-64 5 625 25 80 14.7 18.2 3.5 3.7 0.0 The swell test results indicate low swell potential in the upper soils. Corresponding swell pressures are expected to also be low. For design, we estimate a swell potential of approximately 6.0 percent, and swell pressures of approximately 2,500 psf in the high plasticity fat clays (CH). As a supplemental reference, Potential Vertical Rise (PVR) was also estimated in general accordance with the Texas Department of Transportation (TxDOT)Test Method Tex-124-E as an additional means of evaluating swell potential. The TxDOT method is empirical, assumption- based, generalized, and based on correlations with the Atterberg limits, density, and moisture content of the soils at the time of the investigation. All conditions governing swell potential are not accounted for in this procedure. This procedure was applied to a 12-foot deep active zone for soils in a dry moisture condition. Based on the TxDOT method, the estimated PVR is about 4 RorvE � inches. Based on our analyses, the following parameters have been used to evaluate foundation alternatives and design: Table 4: Untreated Subgrade Movement Potential Estimated Swell Untreated Swell Material Design Depth (feet) Pressure(psf) Potential (inches) Clayey Soil na 2,500 <4 5.3 Seismic Site Class The site class for seismic design is based on several factors that include subsurface profile, shear wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The borings for this project did not extend to a depth of 100 feet; therefore, we assumed the conditions below the depth of the borings to be similar to those encountered at the termination depth of the borings. Based on Section 1613.2.2 of the 2018 International Building Code and Table 20.3-1 of ASCE 7-16, we recommend using Site Class C (Stiff Soil/Weak Rock) for seismic design. 6 FOUNDATION SYSTEM RECOMMENDATIONS Design evaluations have been made for the residential foundation systems based on our current understanding of the project and the available subsurface information. The proposed buildings may be supported on slab foundations bearing within controlled fill or native soil. A schematic cross-section of the foundation system is provided below. Figure 2: Average Soil Moisture Profile Slab Foundation 74 --- ` . .. -Fill �v ilmestpne Subgrade modification should result in the following ground stability improvements when constructed as required in this report. These parameters should be used for design of the structural foundation system. • . Proposed Walsh Ranch Phase PA.3 ROVE 4.4. A. Table 5: Summary of Estimated Ground Improvement Thickness from Final Estimated Swell Swell Potential at Material Pad Elevation (feet) Pressure(psf) Finished Pad (inches) Fat Clay/Lean Clay/ 1 to 12+ 2,500 <4 Clayey Sand Limestone 1 to 20* NA NA 6.1 Ground Modification and Subgrade Treatment Modification of the existing subgrade material is designed to control the building pad subgrade. Any grade raise fill used to achieve final pad elevations serves a similar purpose. Over-excavation is not required for subgrade treatment; however, all fill should be placed using the compaction controls recommended in this report. Controlled fill should extend at least 5 feet laterally beyond the proposed buildings to allow for adequate edge preparation. In areas where adjacent flatwork abuts the buildings, the recompacted subgrade should extend the full width of the pavement to back of curb, or landscape area. 6.1.1 Subgrade Recompaction The subgrade recompaction is designed to restructure the cohesive soils such that strength and volume change can be better controlled. Determination of the compaction energies and compaction efficiencies required for the existing soil property ranges enable this control. Effective construction controls for the proposed fill elements are provided in Section 8 Construction of Subgrade Fills. Estimated construction performance and results are also included. 6.1.2 Excavation Safety Considerations All excavations should be sloped, shored, or shielded in accordance with OSHA requirements. It should be noted that in accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole responsibility of the construction contractor. OSHA Standards 29 CFR — 1926 Subpart P, including Appendices A and B, should be referenced for guidance in the design of such systems. 6.2 Foundation Structure Slab foundations bearing in controlled fill or suitable native soil may be used to support the proposed structures, provided fill construction is controlled as recommended in this report. Ground movement potential will be limited with the recommended design provisions; however, Project No.21-25426 ... RanIE J grade-supported slabs should be designed to accommodate the estimate potential vertical ground movement. A moisture barrier should be placed immediately beneath the concrete slabs. 7 SITE PREPARATION FOR CONSTRUCTION 7.1 General Existing foundations, structures, deleterious materials, debris, utilities and other manmade features should be removed, and existing utilities should be relocated in accordance with the project plans and specifications. 7.2 Existing Grades All vegetation and organic matter should be removed from within the proposed construction limits, including tree stumps and root systems. Removal should extend at least 5 feet beyond the perimeter of grade supported structures, except where it must be maintained according to the design documents. Unless otherwise indicated in the specifications, all materials resulting from clearing and grubbing operations should be properly disposed. In no case should any organic or deleterious material be used within the earthworks or fill materials, or permanently placed onsite except where authorized by the geotechnical engineer. 7.3 Excavations All excavations should be performed to the limits and grades indicated in the design documents. This study was not performed to evaluate the difficulty of ripping, processing and/or excavating the on-site materials, or estimating the volume of the excavated materials. The earthwork contractor should have experience in construction and excavation within these materials. The contractor must use his or her own experience when making decisions regarding means, methods and costs to accomplish the proposed construction, including excavation tools, excavation rates, and number of trucks. 8 CONSTRUCTION OF SUBGRADE FILLS Soil fill elements are critical components of any foundation system. Strength and stability of the fill is essential to limiting subgrade movements below foundations, floor slabs, and pavements. Mechanical soil compaction is designed to improve the engineering properties of soils; however, Roiv the desired compaction standards are often not achieved during construction. The soil construction specifications in this report provide for effective compaction control, including direct data verification and real-time control. The fill construction specifications provided in this report are designed for the specific geotechnical requirements of this project. The specifications provide the construction controls needed to prepare cohesive fills for saturation and drying potential. If the specified controls are not properly implemented, the fills will be vulnerable to strength loss and swell with saturation, and potential shrinkage from drying. The initiation of shrinkage or swelling usually leads to increased shrink-swell cycles with moisture variation. The design of these soil compaction specifications includes estimates of compacted soil properties corresponding to varying compaction energies and compaction efficiencies, enabling assessment of the final compacted performance of the fill. The construction specifications below will prepare the fills for potential saturation; however, the environments of these fills must maintain generally moist conditions without excessive drying. In many cases, equilibrium moisture ranges can be established during construction, but in other cases equilibrium moisture cannot be achieved without ongoing maintenance following construction. Potential maintenance requirements for fills on this project are discussed in Section 12 Site Completion and Maintenance. 8.1 Subgrade Preparation After site clearing, the exposed subgrade should be prepared for construction of foundation fills. All areas that will underlie foundations, floor slabs, or pavements will require ground modification as presented in the following sections. Exposed subgrades in cut areas of 3 feet or less should be scarified to a depth of 8 inches and recompacted wet of the optimum moisture content at full compaction in construction, to at least 95 percent of maximum density in construction, as generated by a CAT 563 footed compactor or approved equivalent. Field verification testing will be conducted in accordance with Section 8.3 Quality Control and Field Verification Testing. Any areas where the specified properties are not achieved often indicate a soft or low modulus subgrade is present below the compacted lift. If testing confirms that soft soils underlie any section of the recompacted surface, those sections should be overexcavated and recompacted in lifts as required by the Geotechnical Engineer. Project No.21-25426 ... RQ1V 8.2 Subgrade Fill Construction All foundations and pavements include a structural fill element. These fill elements are critical to ground modification requirements and the strength and stability of each foundation. Fill construction requirements depend on the design purpose and service conditions of each fill. Each fill element should be constructed to achieve the properties required for the long term stability of the foundation. Each completed lift should be maintained at the recommended moisture level until placement of subsequent fill or permanent protective cover such as pavement or floor slabs. 8.2.1 Project Fills The fill elements identified for this project are listed below: • Recompaction of existing subgrade and grade raise below floor slabs and pavements • Utility trench backfill • General fills for site grading and drainage 8.2.2 Fill Material Requirements The following table provides general property requirements and applications for the cohesive soils that may be used as fill on this project. Table 6: Fill Material Material _ Source Property Ranges Use Native Soil On-Site N/A Building and Pavement Subgrade Silt soil classifications are not acceptable. Gravel content should be generally less than 20 percent. Fill should be free of organics, debris, large rocks, and deleterious material. 8.2.3 Borrow Selection Rone can assist the contractor in the selection of borrow sources and compactor pairings in order to avoid or reduce moisture amendment needs during construction. With this assistance, permissible soil property limits may also be expanded by matching the compaction energy of specific compactors with the soil and moisture ranges of fill material. For improved control and more consistent fill properties, stratified borrow sources approved for use as fill should be excavated in a manner to reasonably produce consistent mixing and RON increased uniformity of the fill materials. The Geotechnical Engineer of Record can provide additional guidance for this as needed. 8.3 Fill Construction Specifications In general, all fill soils should be placed in consistent loose lift thicknesses and compacted fully and uniformly across each lift. The moisture content at the time of compaction should be wet of the optimum moisture content in construction as defined by the field compaction curves provided in this report. Any moisture modifications that may be required should be performed before compaction. Very dry soil conditions were measured during field and laboratory testing and water addition will be necessary to achieve wet of optimum design ranges during fill construction. Each lift should be compacted using at least the minimum number of passes required to achieve full compaction as provided by the Geotechnical Engineer of Record. The compaction specifications for soil construction provided in this report have been developed for each fill expected on this project. These specifications are based on the predetermined compaction performance of specific compactor and soil combinations relative to the known project design requirements. The recommended controls have been developed based on fill material and property ranges determined during the site exploration, and typical compactors suitable for these fills and fill volumes. The specifications employ family-of-curve methods for compaction curves produced during construction in order to use the compactor's performance for control and accommodate soil variation during construction. RECTM Compaction Design Reports supporting this analysis, along with the resulting process control requirements, are included in the appendix of this report. The construction specifications and illustrations of the performance, range and limits of construction for each fill type are provided below. At the end of this section, a summary table is provided as a quick reference for the fill specifications. Additional information can also be provided regarding alternative compactors to account for changes during construction and optimal selection by the earthwork contractor. All completed lifts should be protected from desiccation as soon as practical. Completed lifts to be exposed more than 1 day should be kept wet with light water application. Completed lifts damaged by desiccation, erosion, construction traffic, or other disturbances should be scarified and re-compacted according to the process control requirements for that particular fill. ProposedProject No.21-25426 _ Ro NE 8.3.1 Subgrade Recompaction and Grade Raise Fill The building pad subgrade should be fully and uniformly compacted to final pad elevation. Moisture levels should be wet of the optimum moisture content during construction as required in Section 6.1, according to the following process control specifications. As previously stated, some soils were very dry and water addition and soak time should be anticipated to achieve wet of optimum moisture during fill construction. Use a footed compactor equivalent to a CAT 563, as approved by the Geotechnical Engineer of Record. Compact in 9-inch loose lifts to at least 93 percent of the maximum dry density in construction and to an air percentage not exceeding 7.1 percent. The optimum moisture content and maximum density in construction are determined from the field moisture-density curves (field compaction curves) generated by the compactor for the range of soils used in construction. This family-of-curve range for the specified compactor energy is provided by the Geotechnical Engineer of Record. Figure 3a provides the performance and design construction range for the specified compactor and the in-situ moisture ranges relative to the design moisture range for construction. This specification range can be refined with more soil information prior to or during construction and may be necessary to provide controls for the stockpiled soils that could not be sampled with the truck mounted drilling equipment during the field sampling stage of this investigation. An illustration of this compaction specification is provided on the Compaction Control Chart in Figure 3b. The Compaction Control Chart includes the required construction range and minimum number of passes required for full lift compaction. The construction range provided is only valid for full lift compaction using at least the minimum number of passes. Additional control specifications are noted on the chart. It is critical for the strength and stability of the fill that each lift is fully and uniformly compacted using at least the minimum number of passes for the compactor-soil range combination. Figure 3a can be used as a separate reference during construction. The RE CT"" Compaction Design Reports covering the soil ranges at the site are included in the appendix. Due to the anticipated cuts into the limestone, as well as limestone observed in the stockpiled soil onsite, use a footed compactor equivalent to a CAT 815, as approved by the Geotechnical Engineer of Record may also be used for controlled fill placement. Compact in 10-inch loose lifts to at least 94 percent of the maximum dry density in construction and to an air percentage not Project No.21-2S426 ... -. Rati exceeding 6.6 percent. The optimum moisture content and maximum density in construction are determined from the field moisture-density curves (field compaction curves) generated by the compactor for the range of soils used in construction. This family-of-curve range for the specified compactor energy is provided by the Geotechnical Engineer of Record. Figure 4a provides the performance and design construction range for the specified compactor and the in-situ moisture ranges relative to the design moisture range for construction. This specification range can be refined with more soil information prior to or during construction. An illustration of this compaction specification is provided on the Compaction Control Chart in Figure 4b. The Compaction Control Chart includes the required construction range and minimum number of passes required for full lift compaction. The construction range provided is only valid for full lift compaction using at least the minimum number of passes. Additional control specifications are noted on the chart. It is critical for the strength and stability of the fill that each lift is fully and uniformly compacted using at least the minimum number of passes for the compactor-soil range combination. Figure 4a can be used as a separate reference during construction. The RECTM Compaction Design Reports covering the soil ranges at the site are included in the appendix. 8.3.2 Utility Trench Backfill Utility trench backfill should consist of on-site clays and gravel fully and uniformly compacted in 6-inch loose lifts wet of the optimum moisture content to at least 90 percent of the maximum dry density, as determined from representative Standard Proctor curves normalized on the lab line- of-optimums for the soil range used, and corrected according to standard dry unit weight relations. Air content should not exceed 6.7 percent. The family-of-curves and construction acceptance range will be provided by the Geotechnical Engineer of Record. Suitable hand-operated compaction equipment should be approved by the Geotechnical Engineer of Record. The general performance, range and limits of this construction using the recommended compactor is illustrated on the Compaction Performance and Design Chart in Figure 5. This specification is presented graphically on the Compaction Control Chart in Figure 6; however, it should be refined as necessary prior to construction using additional subsurface information. Figures 3 through 6 are included below. Project No.21-25426 r Proposed Dry Density(pcf)/Void Ratio(e) 00 l0 1.0 NJ LU cn O In p Ln p Ln 0 to WO n T f f l I r A O O O O O O O O O O O O O O O O q O O O V 01 01 01 U1 In A A A A W .W W' NJ= V i��L V N 00 A O 01 w ko 01 (.0 O V A NUl .lo rt a I - c D o n m I n c m .O fD N O 1 2 N' 0 m Q I °. G X O �. .n �.. r+ !D I h 00 m .a1 m I � c r_ \ - aro ®® D H _x1 ° - n v N m.. o �n D c Imo, 3 D N N- O G1 O m o ♦` n I O m 5- < IF I I '^ O OJ I t * r to LAI f` O S .` n 1n I W ;a I-- /e d O7 ! � I 3 • rt M r--- i -- ---- V T — — — r n i SD DZ 9 QII 1+ 1N+ Ln ° Zn r C D o. t+ r f � I ee o � UD7 aq -nZ �G _i CD I �. / .' 01 G ,MDZ ° I I Ln m • N r+ � Domm s= I61 o � • rr --f m 3 � I — Ip m J i A C -n CD = gym -n !Z C 1 (D m 0 NZiMW �' fir °. oi ° � o f � 3 �Gw l /r a)Gjn O Ui mm = i Iv lc m D m D D O O I � I W � mv I CD col CD mm I I I I 00 Q D n ca M O — \ I 1 m • 1 w ; DyZ M nrZ C C < c N r r M D I 0 // o N D < m C 030 N a o_ ro o: 1 i i m m o o 7� v < ° 3 ° 2. n O v m a 3 3 io o _0 Ln0 o a I a v -°a n n n CT o Z c 3 �+ 3 � a y_ OF 3 3 ET ET w 3. ;Z' 3a � ao 3 = x m m m m, n _ m a / s a r 07 In 7 O 7 p p p� 3 00 n •�• O CL m 0 µ ( i d o I m m D 3i 3 a o v �^. o O 7 A Ln' o < O ^ n 3 CD -u T7 m m ;7 r I i T Z <o �. d ai o I m O s c o -a < G D m 0 ` / m 0 _ = I a m ro m n; m n* 3 o r <n (A Z m ^' :3 m o4 IDa � O m m Z D 0t>b r F o n o a o °�° a s o c O u m m CO CO { M m Ito �r 3 m o 3 D (D n 2 a p -0 v o z C pm 0 tip rr �� o a saw .. N N NLn n N 3, O t7 c ! vm, in Q O K = m 0 to o 3 n n c ! c o m 3 N Q 3 G) o.CL D 3 O W 1Z I - / N O 0 K I p fD OC d 0) x O in uAiNn N. o < O rn, �7 C7 i o,., d to s .\Nj D of v a O 3 Cn L N i // O O n o O 0 rp I v O O. nOrQ 0 M 7 A I i o r<o 3 o a o m Q o O PI)D D D D I' // 3 o o w 3 w - ro 0 n -I m m m m I i o_ = r °o o m cL v - r► 7 m � ao � CD D to C = o o = c O w f�D 0 0 CD CD m EA In Dry Density(pcf)/Void Ratio(e) r r r r r r r r N O o 0 Ln r r N N w w cn O in o in o cn o vn Q F, m ' D o f I I I I I I I I I I I I I I I I 1 I r � 00 V V 01 01 01 In Cn A JA A A W W W Iv ry N M = v �-+ V Iv O0 A O 0) W k0 0) W O N A N kO N A v p 3 A r c D n m 0 D o — � r < � o � _ t o Q 3 Lrl m n Q N X. r - ID v+ in r) N rD 17 (M I+ .f+ 3 m Dirt c o oV7 rt [l I C D N D o o �� D t !Z < D W Q10 Ln� O O Z r n I C o m 000 r s l I '^ a �` N O 0 z 9 o x� r�D rC+ C D n 1 O c rp fr C Qj � Dmmm 1 rrl / +I X � cn cn E ;u oT � = mm T 1 I I+ 3+ '0, J+ 0 o m CZi � fn � C (yD ° = CZm ! v rD + D � Q1� Q r IQ Nip � mDDD p v � Ifl 1"� I=$ m ammv ro 1r� J+� t o i C c fDA ."D fD 1v I0. / E 1 CD Cmm M lh I IT y0C c O 1 — M111C /. / j a Q ZZQ n 1 ? � Im Jr 1 QNZ Rlln I � r. I ;a o n -1n CL a� IN N M CD 0 0 0 \ D 3 G1 D = M 1 I i m N a D < r0 n rocL C D -O ID 3 n o 0 0 0 If , 03 rIIo _0 0 c m d �. 3 �o > x ! I yr A o v' a N F. fD (D Tyr) 3 m q o �, — Cl = r0 ro m o n < o' n 3 In I■r > > w o ° o m m o v - r0 ^. 3 0. _ < < D trim O 4 I I v v ° Aa3o o D n m ° o m �I (n In � Z m 1 II m C w Ln o w a o ~' v n ^. w 0 O m m z D 0 I aq ro I 0q � n m 3 ^ o 0 0 _ m mco �• Il W o p p s 3 m a N a °' ro c O Q (p m z �y , T"O z N O m N rL N. '..t N N K N 3• = f1 O ■ I rD m o o 1 3 C m o o 0q o 0 N c 0=q :a 3 _ Q j d \ < O K M 3 N O "O V < -' w qOi r r^ N ID 7 r 0 7 O O O cn 1 rr I q p I a 0 v O O r' C N 0 N .ty 1 jr -0 ma)in rt ro m M O 0 C 1 , qci yr O w — rn 00 . v d 3 O K O m m m m m fD 1 ■ p 3 0 0 a .. a 1 C JF y o m 0 co a o v c0 f ■ � iD `� _ I C n N o — c o y I m 5 oN n J N o�W 1 01 N I--+ < N N w ► t9 0 Dry Density(pcf)/Void Ratio(e) 00 prO r r r r r r to 0 cn 0 Or 00 Ln NO tNii O m a "' I I I f 1 I i I I I I I l 1 l h b b b b V V Ol O1 01 V7 A A A A Cu W W N V N= V NJ N V ul N Op A O 01 W b Ol W O V A N "b rt 1Ln IzO O N A _ o CYI 3' o ^ � _ ' m rn � IS n O 61 0 w, K ° x y rF � -1 = I ac D = N rt o s m to c C s nM a m D Ll f1D � � 3 o! c m m 3 0- 3' < 1+ S m w ro IQ 2. ID �. i rt o m (.1 a i, O S T ID O _ II tr !y 3 m 3-0 F. �/ S N W o w n r D 3 O ° 0 � 3 n Z r m < Ln 3 v z D M m < / ; cn TI vZ 0 Sy n v •� O mmg -1 3 N - 0 is J n O 0 = m � d M � 3-DD -f r O �, n+ o o g� z (n v o y 0 M cl) C: � � ro 3 _ Cl) = .-LI n fD fn / o m DM E v O p O N m CD D 0 m n O i/ S D Z Dcn \ ' / W 0o V O1 W A W N F� m n i v o.a M D a n< 3 o m 00 O Z i/ n m �.°° K �• 3 3 v + _ a < A M a 3 n O N N - N 7 S 0 -0 d 7 fz O G1 ++ 3 mNO N d fD c O= N X C 3 E x vOi v �' v 0 O dP:' 0-'< p' M f) a M n ^' d » O m o ° a o 5- m x. c to m m - - I // a a s °° ro -0 < < D m O �� ++ n. m o 0 3 m � a o° fl :rmmZn0 D o < O W + a o_ x. 3 o ro �' T7 m o 3 m n '<_ 3 1 O O n o 3 m 3 ° F I I o I _ 0 (n ` N / n ° v Fr � a M 3 — W D rnD O (D 0 > O O ° aq O oo O 3 �. a D G r s n o m D D D D / n. n N < ° a o, n 3 v oG Gl m A o o v 3 v o Z C m a > > ° o rt 0 0 / < n < m v f D '�° a'a o CU N rr N N Cr) O O (A lAJ I U1 Dry Density(pcf)/Void Ratio(e) r r r r r r r r N to o Ln g o � N O to o Ln o � O m y I f I I I I I I I 1 T I I 1 I I l 1 I � A -1 00 00 N N t71 01 tT In to A A A A W cu LU N N N = N H N N 0p A O 01 W b °1 W O N A N t° N A v O z Iz. m .+ N A N T N p•M s 3 O K m 0 3 i n C w " D v 0 3 0 p n to O 3 O N ° .► to sv 7r Q- A m o ° tD 70 S v a n O7 c 3 x rt O S � 3 W ? ro >y r0 v, a M fD 3 V1 � D 3C N o 00 o rD a 2 3`° + Do G Z r c d °. 3 to O r.f 00 TI 0 G to . GOZv ' 0+ O DOn 3 �m ° ° ' Z Iv cn O -1 s S Ol i z a 3 3 p CD� � NMZ N N O p '' x S _ m C� � N-n -n m � 0 ' 0N ° 3 fi�31 co> 0 - r. s . Or X r c � � o 5 to o 0C 7 M m o � 0Goo > m o ' a r v y --, G) fD '+ — o F+ � UT .;0 � l"1 �' 0 0 I r N 7"mDDT 0 cn r2. m .' ID FY+ c o m -n7 W D m I� (D N ' W ° O ° Q. 0 / v .v. O ZZN R rf = o 'n' no 0 U) I n N 7 >' � H n � C '. rnui ao � aN 00 Ol � n ID C � �' .rf o � � V M arD 3 0c 00 f�0 0 Q • n o' � WX - O cn O Z .' 3 � r7r m 7 3' 3 ° rD Z - ff V n o j. 0 3 s 3 3- v r) f n o 0 01 3 m a:o Q 0 rr 7 (D N o D D Tl 17 ?1 f v n s ETrf D n v o a 3 v n G D m � i f m 3 a7o 7 D 00 0 3 S �. N' N to Tn cn Zm . n ° Nv3 � CL 0 - s O m0 mm Z D 0 ■ o : m ° 3 m �_ r, lA I f 3 D v v 3 d o c W j 00 com o I f' n = 0 m 3 c v ° 3 o � v 1 c 0 — 3 o O K I I p 1 vN .f Q o3i 3 7 ° � O . o n v M o r0 ° o = D U n ! 3 D m M o L J O1 O' n Ol 00 N ! j fD O Ol K -0C rfD+ o N A ■ M -0 v v in �' m ffl ffl ITI I'TI ■N N n ° �p z m v m 3 i ° m m ° 3 ° s o ■ v 79 ° M N D_ K N C O O f O O_ D N N W 7 O Dry Density(pcf) /Void Ratio(e) r r r r r r r o 8 0 0 o U o a I I 1 I -A I I I A I 00 ., v m rn m �n In is A p a w w w N, In' N x N 1- V N 00 A O 01 W t0 01 Cu O V A N t0 rM 0 I Ol r (} ° (0 t n a 0 N o0 I cn G Is p C1 LA Q ro ID nLA I 3 00 m ((DD I �. y to rr I C 3 D to cr �• 3 3 M < 70 t 3 C.T' , Ocu I A I D +' v m I < =r , I O �. / W I !+r Ol M H r o t MCL ID S n Ln n�i 1 0 , •'' C 13 -- 00 TI O (D n 0 IZ r I I O ems+ I ' m> r' m 17 I / r, 1 u TI m D x CL c r A fD I 0Nczi mE ° 510. I /� a' ? ° nZ A vILn � �x 20 m fu 0, m W M o No I 1 1'r Oq D TO D D 0 I L j w X G Ln CID 0 I p I I C 0, 1 to j of T Z / v v o o v =5 �c O D tA 5 a 0 G1 _3 Or. w a)to IZ 0 z a, ' 3 o m N y to c c to I I. / i a 3 c M I I rr o o N 0 ro m - 3 0 3 3 T n 3 x 1 I j M 0 3 v v=, an m r m o 3 I r < v° oq 0• rZ aq o N D x x 17 T I . D 0 m m x r - 1 -- r o D r lu o f m 0 o -o � < < D m O t, I -n r oq In 0 ro a a m ^� 3 0. m A. 1 C I I d 0 A In MIDo �, 0 .0-. m O m m z m °'� — 1 aq < O m z D C) trn 1 3 f r o m F 3 Ln < W fD I 1 0 -o in z ro 0 O K m t7 W W m z I v, I ► o N s �, -0 N � 0 z CO O O p I :* rl n a to a Cq u N m 3' — c7y� r<o 0 'a3 < LQ � a aa o 0 ° O rD Q 7 N '. W 0-1 2_ r Q W a w o m s a 1 3 I m < _ , 0 co o\° o ❑, 1 / o 0 m 0 c* r NO w o o N n s A � -DI � I o m m 0 /A o (o co 1 OF j o C N N N ■ v W rl - U"i Dry Density(pcf)/Void Ratio(e) L L S o o o o 00 o in m � � N y `-'�' I f I I I I Y I I I f I 1 I I I I '-I { o 0 0 0 0 0 0 0 0 0 o O o 0 0 o q• o. o _O, �O b 00 00 N V 01 01 O In kn A 01 W to ON W O V A N lO rP N ., �Z rD N N v c' 3 0 ? 3 o M.- c° 2. ^< 030 . D N O N 3 C ~ 3 c O s v " 3, X f1. O lu 'm o 3 7 Q 3 ° m � ■�� 70 S jp 3 CD a m \° • P+ o � D r O S o- O m O = < o ■/ to 3 �3 C ■ D1 n 79 LA<M a �/ D ti � oww CL 01. 0 Ul M M o .� — 00 C o 5 n vz v o r+ 40 o 3 < r- Z v r D O o �_ (D �. !v 3X 3 0 0 2 Z = C UN N X i = m (D _ � CD r 7 D O aOIQ d m CuO O r. i CD `n D > -n / CD w n O (D % O r Z ' /' !.n A W N / / O - O < K C -00 D O �_ ' ■� n \ N O 3 3 7 r 7 O / m m � ( 7OrQ Z • s n a 3 m w CD N ' /■ 7 S O ry ^ �' W 0 O ^ o � 'C n ~' ' ■ v ,O+ n O O o Q P ■ O O d N M D �1 (7 O T I ■ to — O -0 m m ;U r r m s Ll ;P =. 0) fD < < D m m > CU in C/5 :Ezm / 3 1 a LA I o m� m� a rn ^ X = O. ■ m co c m Z i a c 2< ■ 3 w a r { � � m d 3 3 I I I 1 ' �■ o Q � o F. I to ; ► 3 fD T S I I w I • on ICI 1 ►► ^, 3 0 — � ` / O a 0° n D < c N ■ 0 fD fD 3 n O D D / < r / n — a O n O [M>O m m m ► n Ip O 7 N O ► D c d m o o ■ — — o :E N N W its/ lL Raft/ 8.3.3 General Site Fills for Site Grading and Drainage General fill for landscaping, grading, and drainage may consist of on-site soil. General fill should be compacted in 12-inch loose lifts using approved compaction equipment. Visual compaction controls for wet-of-optimum compaction may be used. Topsoil in landscape areas does not require compaction beyond that achieved incidentally during spreading and grading. 8.3.4 Compaction Specification Summary The following summary table is provided for quick reference purposes. The table does not fully encompass or replace the compaction specifications provided for each fill in the sections above. Table 7: Compaction Specification Summary Building Pad Building Pad I Utility Trench I General Property and Pavement and Pavement gackfill Grading Subgrade Subgrade Fat Clay, Lean Fat Clay, Lean Fat Clay, Lean Fat Clay, Lean Clay, Sandy Clay, Sandy Clay, Sandy Clay, Sandy Material Lean Clay, Lean Clay, Lean Clay, Lean Clay, Clayey Sand and Clayey Sand Clayey Sand Clayey Sand limestone Pieces and limestone and limestone and limestone Pieces Pieces Pieces Compactor Equivalent CAT 563 CAT 815 Hand operated NA Minimum Foot Length 6 6 �— NA i NA {inches) Maximum Lift Thickness 9 10 6 12 (inches) _ Minimum Number of 8 7 8 NA Passes Maximum Air Voids (°!°) 7.1 6.6 7.1 NA Minimum Dry Density (pc 95 101.0 92.0 NA Minimum Moisture Content(%) 14.0 12.0 15.5 NA Min Unconfined Strength 4,100 5,800 NA T_ NA (psf) 8.4 Quality Control and Field Verification Testing Before fill construction, the fill material properties should be verified. During construction, soil index properties should be obtained periodically and upon changes in material, color, texture, or excavation procedures. Field compaction curves should be obtained upon unexpected changes in soil properties, compactor, or lift thickness, and at minimum frequencies recommended by Rone based upon the property ranges of each material source and variations expected. Soil ROVE / sampling during construction should be planned and coordinated to fit the required production rates, and generally at least two days in advance of the compaction of corresponding fill lifts. Rone should monitor compaction control and conduct verification testing during all soil construction. Verification testing of compacted lifts should be conducted at appropriate frequencies to ensure that compaction controls are effective and design requirements are achieved in construction. The engineer should monitor the number of compactor passes, lift thickness, air content, moisture and density for each fill. During fill construction, relatively undisturbed samples of the compacted fill material should be collected periodically and tested to confirm the desired strength and stability properties for which the specific compaction controls were designed. It is recommended that Rone assist in develop a work plan for effective process controls designed for engineering requirements, the construction plan, production needs, and direct data verification records. Nuclear density gauges are recommended for field testing of compacted lifts. Rone will provide the specific gravity (Gs) values required for each fill, based on compactor performance and the soil variation expected during construction. The Geotechnical Engineer must also be able to monitor the specific gravity setting remotely in real-time based on the gauge readings in the field. 8.5 Construction Oversight Design requirements and recommendations presented in this report are based on critical controls during the earthworks and soil construction process. The monitoring required to verify the controls are correctly implemented is essential to proper fill construction. The requirements of this report are based on limited geotechnical, geologic and hydro-geologic information about the subsurface conditions. Subgrade conditions have been interpolated and estimated between borings and subsurface testing locations. Anomalies are often encountered during construction. The potential for subsurface variation from the conditions used for design could result in design changes and/or increased geotechnical risk during and/or following construction. We recommend that Rone be retained to provide the controls needed for proper soil construction, monitor earthwork operations, observe foundation construction, evaluate materials, and conduct periodic testing during the soil construction phase of the project. This enables the geotechnical RqN engineer to verify design conditions, manage ground risk, verify compliant construction, adjust design requirements when unanticipated conditions are encountered, assist the builder, and represent owner interests. We expect such sampling will be required for the stockpiled soils identified along the eastern boundary of the site. 9 BUILDING FOUNDATION STRUCTURE 9.1 Slab Foundation The proposed residential structures may be supported on ground supported foundations consisting of a conventionally reinforced beam and slab system or a post-tensioned slab foundation system, provided the estimated floor movements can be tolerated. The foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to tolerate the potential vertical movement of the foundation subgrade. The following recommendations are and are based upon the grading plans prepared by Huitt-Zollars. Rone should be contacted to review these recommendations if grading plans are modified. A net allowable soil bearing pressure of 2,500 psf may be used for design of all grade beams bearing in tested and approved controlled fill or suitable native soil. Grade beams should bear at least 18 inches below final grades. The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. All grade beams and floor slabs should be adequately reinforced for eccentric loading that could occur from potential differential subgrade movement. Design criteria for the foundation slab have been estimated according to the Post Tensioning Institute (PTI) based on the methods described in their most recent manual for designing slab-on- grade foundation systems. An effective PI of 25 may be used for design of a conventionally reinforced concrete slab foundation. Recommended PTI foundation design criteria for a Thornthwaite Moisture Index (TMI) of zero are tabulated below: PTI Foundation Design Criteria. Rohl E Table 8: PTI Design Criteria Parameter Condition 4.0-inch PVM Center Lift 6.1 Edge Moisture Variation Distance, em(feet) _ Edge Lift 3.5 Center Lift 1.8 Differential Soil Movement, ym(inches) Edge Lift 2.1 The PTI method incorporates numerous design assumptions associated with derivation of the variables needed to estimate the foundation design criteria. The PTI method of estimating differential soil movement is applicable when site moisture conditions are controlled only by the climate on well-graded building pads (i.e. proper site drainage, properly lined landscaped areas, no utility water leaks or other free water sources). As soil moisture increases, the soils may swell. The PTI design method is intended to provide stiffened foundation systems that can perform well under typical natural changes in soil moisture. The differential foundation movements resulting from seasonal soil moisture variations are typically much lower than movements that occur due to free water sources near or beneath the structure, which are not directly addressed by the PTI design method. 10 PAVEMENTS This report includes recommendations for rigid pavements. While some minor differential movement should be anticipated, if the provisions of this report are strictly adhered to in construction, the pavement subgrades can be expected to be relatively stable. To the extent the provisions of this report are not adhered to in construction, increased risk of ground movement should be expected. Design of the proposed pavement sections should factor the performance of the subgrade construction provided for in this report. 10.1 Rigid Pavements For this project, traffic loading and frequency conditions were estimated for various conditions as no specific traffic information was provided. The following pavement design has been performed general in accordance with City of Fort Worth pavement design standards. ProposedProject No.21-25426 RONE k.1 Table 9: Pavement Design Input Parameters Item Value Roadway Designation Residential Collector/Commercial Connector Design life _ 25 years 25 years Concrete Modulus of Rupture, S'c 620 psi 620 psi Number of Traffic Lanes in One 2 2 Direction Annual Traffic Growth Rate 1.5% 1.5% Total Equivalent Single Axle Loads 900,000 3,000,000 (ESALs) Subgrade Soil Classification (USCS) Fat Clay(CH) Fat Clay(CH) Treatment Type N/A Lime Modulus of Subgrade Reaction, k(CH) 50 psi/in 50 psi/in Composite k(lime-treated, 8 inches) 100 psi/in 260 psi/in Reliability, R 90% 90% Standard Deviation, So 0.39 0.39 Concrete Modulus of Elasticity, E. 4,000,000 psi 4,000,000 psi Drainage Coefficient, Ca 1.0 1.0 Initial Serviceability, po 4.5 4.5 Terminal Serviceability, pt _ 2.0 2.25 Load Transfer Coefficient 2.7 3.0 The pavement thickness determinations were performed in general accordance with the "1993 AASHTO Guide for the Design of Pavement Structures" guidelines. The minimum pavement sections are presented in the table below. These pavement sections are based on estimated traffic volumes. A more precise design can be made with detailed traffic loading information during the final geotechnical study. Table 10: Minimum Residential Street Pavement Sections and Allowable Traffic Portland Cement Design ESAL for Traffic Use Concrete Flexural/Compressive Strength (psi) (inches) 540/3,600 580/4,000 627/4,500 Residential Streets 6 564,000 706,000 905,000 Walsh Avenue 8 1,400,000 1,900,000 2,200,000 Commercial Connector 9 1,800,000 2,000,000 2,500,000 Ra>iv ; We recommend a minimum concrete compressive strength of 4,000 psi be used to provide a 620- psi modulus of rupture. Hand-placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted beneath the pavement. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to applicable City of Fort Worth standards. Saw cutting should be performed in specified locations to control cracking due to shrinkage. Saw cutting should begin as soon as the concrete has obtained enough strength to keep from raveling, but before cracks can be initiated internally. Saw cut depths generally range from '/4 to % of the pavement thickness but should be performed as directed by the civil engineer. 10.2 Pavement Base Course We recommend 6 inches of lime treated subgrade beneath concrete pavements. At this time, we estimate approximately 8 percent hydrated lime by weight (36 pounds per square yard for a 6 inch thickness) will be required to adequately treat the pavement subgrade, though the actual lime requirement should be determined based on the in-place soil properties and soluble sulfate levels after the pavement subgrade has reached final grade. Lime treatment should be performed in accordance with Item 260, current Standard Specifications for Construction of Highways, Streets, and Bridges, Texas Department of Transportation (TxDOT) or other similar standards approved by the Geotechnical Engineer of Record. Lime treated subgrade should have a PI between 7 and 15. The treated subgrade should extend a minimum of 2 feet outside the curb line. This will improve the edge support of the pavement and reduce the effects associated with shrinkage during dry periods. Sand or other granular fill should not be used as a leveling course beneath the pavement, as these more porous materials increase water migration beneath the pavement, causing heave and strength loss of the subgrade. 10.3 Pavement Construction and Maintenance Recommendations It is important that the recommended moisture content and compaction be maintained until the concrete is placed. Maintenance after construction should include regular observation to identify and seal cracks. A flexible joint material should be used to seal cracks as they degrade, which can occur during the design life of pavements. Project RQN� 11 DETENTION/RETENTION POND In general, the purpose of a detention pond is to temporarily store rainfall runoff and release the water at a controlled rate. Depending on the site, project, global stability considerations, environmental regulations and owners expectations, the detention pond may need to have a low rate of infiltration into the ground. If permanent water storage is desired (retention pond), a pond liner will be required. The liner may consist of properly placed on-site clay soils, imported clay soils, a synthetic liner, or a combination of these. A detailed hydraulic conductivity (permeability) study was not included in our scope of services. The following recommendations should be considered general guidelines for water retention, and not as an assurance that the pond will consistently hold water. Rone would be pleased to provide these as additional services upon request. For long-term water retention, clay liner material should have a liquid limit greater than 60 and a plasticity index greater than 45. The liner material should be placed in maximum 8-inch loose lifts and compacted according to the guidance presented on Figures 3 and 4. (same compaction specs as grade raise fill and recompacted subgrade). The compacted thickness of the liner should be at least 2 feet. The pond slopes should be 4HA V (horizontal to vertical) or flatter to reduce the risk of sloughing. A compacted clay liner will be subject to typical shrink/swell behavior unless the water elevation is maintained within the pond, or the pond is irrigated sufficiently to prevent the liner from drying and forming shrinkage cracks. 12 SITE COMPLETION AND MAINTENANCE 12.1 Site Grading and Drainage The geotechnical design for this project accounts for limited assessment of geo-hydrologic conditions and intends to provide for efforts to maintain stable, moist subgrade conditions after construction. Site grading and drainage plans should support this intention where possible. Site grading and drainage should be efficient in paved areas and less efficient in lawn and landscape areas. Roof runoff should be collected by gutters and downspouts, and discharge onto paved areas draining away from the building. RaNE 12.2 Landscaping and Irrigation Subgrade moisture levels should be maintained around the building perimeter before and during construction. Irrigated landscaping and lawn areas are recommended with even distribution around the structures. Irrigated areas will serve as supplemental moisture sources surrounding the foundations and pavement areas. Accordingly, regular and uniform irrigation would be required in these areas, particularly during dry and hot weather periods. Above-grade planters may also be considered around the perimeter of the building with regular irrigation to maintain light perimeter infiltration along pavement joints. 13 STUDY CLOSURE This study is in nature, and the comments and recommendations contained in this report should not be used as final geotechnical design criteria. Structure-specific supplemental borings and a final geotechnical report should be performed prior to final design and/or construction. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site with little variance beyond that found by the borings. If different subsurface conditions from those encountered in our borings are observed or appear to be present in excavations, Rone must be advised promptly so that these conditions can be evaluated and our recommendations can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, Rone should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment. It is important that Rone be retained to assist in design reviews or review those portions of the plans and specifications that pertain to earthwork and foundation systems for this particular project to ensure the plans and specifications are consistent with the controls and recommendations provided in this report. It is also advised that Rone provide oversight and monitoring services during construction to ensure that the controls required for design requirements during earthworks construction are provided correctly and implemented effectively. Proposed This report has been prepared for the exclusive use of the client and their designated agents for specific application to design and construction of this project. We have exercised a degree of care and skill exceeding that ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. The engineering services and solutions provided herein are considered advanced, and while design and construction controls are improved, no warranty, expressed or implied, can be made or intended. 14 COPYRIGHT 2021 RONE ENGINEERING SERVICES, LTD. This report provides engineering services, and is in its entirety the sole property of the client, Rone Engineering Services, Ltd., and its affiliates. Use of this report is subject to all applicable copyrights. This report may be used in practice or referenced by any project party as necessary, solely for the party's role on the project for which this report is prepared. Beyond that use, no part of this report may be copied, downloaded, transmitted, or otherwise reproduced or stored, in any form or means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this report must include all copyright notices, registered trademark (®) designations, and non-registered trademark (TM) designations. .RAM Proposed , APPENDIX A li l 11V FM 3325 �: 1 oil SCALE: N 1= - __j� r +'� qrd Road _ T- ._pld•Weat�C T 3 SITE Q _ ` 7 r e.. een elm Rtiaa . . -W�1s a u- FM 1187 St.I`nters£ate 20QFrodta-720 1 d�42 7-- _��P-Free�st.znte�sta ont,te. -� I 2 0 130 we /• °it' s:=• '1 � � PLATE A.1 PROJECT NO: 21-25426 VICINITY MAP FILE NAME: 2125426.DWG RONEDRAWN BY: CM DATE: 9-3-2021 WALSH RANCH PHASE 3 PA3W W. REVISED BY: DATE: ENGINEERING TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS REVISED BY: DATE: APPROVED BY: RS DATE: 9-3-2021 I""�'"' A .. �.t'�! ,'i='.�.� �a. i 2 .yF $yi.'�l+' •�.' ���;y�� l�. fm YI & OV .-V7 i-ot5-V 0 vwn NEE ,W10 pal fa BC A •Fry X1 E1;7?21 r I law N & lm 0 q. po- ,j Vll Wk, All 4K a-1?A, P0- PLATE A.2 PROJECT NO: 21-25426 GEOLOGY MAP FILE NAME: 2125426.DWG DRAWN BY: CM l DATE: 9-3-2021 RONE WALSH RANCH PHASE 3 PA3VV W. E N G I N E E R I N G TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS OLD WEA'CHERFORD ROAD - 3 1> B A 1 { 15 6 f3 i B 2 B • ! Fi% PAIGE"° SCALE: N I6 5 6 6 Y ^ „ B2 3' 571 4 9 B 10 10 6 9 19 2 �, 10 $ 4 B60 [. 1 i S7 _ 7 23 a 13 x 8 45_ e 1 11 1 F 25 I:. _ Ifo 7. y n 12,a ,4 3 15 31 k0 25 v z3 22 saw '= ]t �6 l., ,y to 20 6 ] Ts B4 6M1 B I3 71 K 1 2 3 21 30 1i V Itl „ ]5 IS l; 3L 11 .'V, 12 17 f5 1r 0 T ,o ' 39 '4 1, SI3 S! 6 5 4 3 2 1, 52 Jr`{,A~�11y 1x St V F 19 1 Z 2b 55 i x63 3 66 av 1, si {Y l f 1� � 3 K'ALSH RVE- 1 m {�} 4 B 1 1 24 25 n 9 I1 1 ,•i t m �1 10 �w x CA 2 B s 3v 19 2 n Ip 20 21 3 . 3 20 !6 t� LI I7. 2 'A 5 4 2 w 14 y u lF12 , Z 2n ,s r 13y 4 40 SBa 6 _B)Vp[ 27 12 1 1y 2s r w 61D 25 41 97 44 !3 42 Q ., V 41, . 1 LEGEND BORINGS COMPLETED FOR THIS REPORT r1 BORINGS NOT DRILLED DUE TO ACCESS ISSUES PLATE A 3 PROJECT NO: 21-25426 BORING LOCATION DIAGRAM FILE NAME: 2125426.DWG ��� DRAWN BY: CM DATE: 9-9-2021 WALSH RANCH PHASE 3 PA3W REVISED BY: DATE: E N G I N E E R I N G W.TERMINUS OF WALSH AVENUE FORT WORTH,TEXAS I REVISED BY: DATE: APPROVED BY: RS DATE: 9-9-2021 Log Project No. B-1 21-25426 Walsh Ranch Phase 3 PA3W �= Boring Location W. Terminus of Walsh Avenue Block 13, Lot 31 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740370 N While Drilling Not Observed 8-18-21 Longitude At Boring Completion Not Observed 97.58230'W End of Day Not Measured a n O d, L O. 0 tM N N N y N C al E O. a� C O. aO+y .= O d -o 2 $ O H = >'2 V E Z aa)- a) C vi a E a Stratum Description ` z c «r- a_ ¢J 3 o e y >` > mm d: 'w > in —y 5E rn N w a a a�i a16, m.d o 3 Z' c o Approximate Surface Elevation=918.0 feet O rn a W a N LL-PL-PI 2 to o U FAT CLAY(CH)-dark brown,with organics 4.5+ 8 915.0 WEATHERED LIMESTONE-tan 50P/2 50/'/4" 5 50/'/4" 50/'/4" 10 904.0 LIMESTONE-gray 50/1/4' m 50/'%" 15 L O N a 50/'/4' CU E 20 4 898.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=932.0 Feet o Approximate Grading=14.0 Feet Fill n R %s d N co N N C O a) O C _O O1 C 0 Material boundaries are approximate:in situ,transitions ma be gradual. i. —. N Driller: Plate A.4 F Drilling Method:Continuous Flight Augers Log Project No. B-2 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue VG Block 13, Lot 53 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I 32.739080 N While Drilling Not Observed 8-9-21 _ Longitude At Boring Completion Not Observed 97.582410 W End of Day Not Measured a w C. a 0 of t G y w N y Y C of C �'•' C �, C —y o a m r 0 •— 0 Gf O _ o >.— V E Z Y, E U 3: aw T a Stratum Description ` Z c r �= a J 3 E CL E N '-' N H C M •(n 4 df V E R rn W Approximate Surface Elevation=945.0 feet O of a� a in LL-PL-PI 20 Cn o M L) FAT CLAY(CH)-dark brown,with organics 4.5+ 23 4.25 76 66-20-46 17 3.2 100 5 4.5+ 17 939.0 WEATHERED LIMESTONE-tan 50/1" 20 50/'/z' 10 50/'/<" 932.0 LIMESTONE-gray R 15 50/%" L O U7 a E 20 925.0 50//<" a) Boring Terminated at Approximately 20 Feet Proposed Elevation=953.0 Feet o Approximate Grading=8.0 Feet Fill n io _w a CU a0 0 O N d O C a 0 L f/1 O) _O a1 C 8 Material boundaries areapproximate:in situ transitions may be graduat Driller: Plate A.5 F Drilling Method:Continuous Flight Augers Log Project No. — B-3 2ctNo. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue C Block 13, Lot 49 Fort Worth, Texas RONG Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.738330 N While Drilling Not Observed 8-23-21 Longitude At Boring Completion Not Observed e 97.58241°W End of Day Not Measured CD ° a 0 Im ;? s y y N �.N M C a � c n. d r c .0 o o 0 c c U E Z D E U d N w E Stratum Description z 1- . �_ a In J R ~ C a1 61� J e ~' '� `1 d T Q •j r Gl 0 d 9 •N Ol N 7 0 a y N w m a a a0i a10i m ° 0 3 i=' r- o Approximate Surface Elevation=964.0 feet O w a IY a v) LL-PL-PI 2 rn o c) LEAN CLAY(CL)-dark brown,with ferrous stains and organics 4.5+ 22 4.5+ 14 5 4.5+ 73 29-18-11 10 958.0 FAT CLAY(CH)-light brown,with ferrous stains 4.25 14 8-10-23 25 N=33 10 13-23-36 99 60-28-32 23 N=59 15 U C m w 946.0 o WEATHERED LIMESTONE-tan 50/1" 29 ca 20 X944.0 a) Boring Terminated at Approximately 20 Feet ME Proposed Elevation=972.0 Feet o Approximate Grading=8.0 Feet Fill aD m o N CU O7 N C U O C 7 Ul O C `o Material boundaries area proximate:in silu,transitions may be gradual N Driller: Plate A.6 Drilling Method:Continuous Flight Augers _. Log Project No. B-4 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RAN E Behind Block 68 Fort Worth, Texas 1 Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737630 N While Drilling Not Observed 8-9-21 Longitude At Bortng Completion Not Observed � 97.58239°W a End of Day Not Measured y 0 of w L a a N y N y N C DS E G = yC a « O L- C N -o.O r o > — U Z �, — U Q a Stratum Description z a J a W 2 N E a>i y d o d� •N d N — o a ,�.0 IIL— (D w � 3 = o N W c Approximate Surface Elevation=981.0 feet �O Cn a M a in LL-PL-PI 2 cn G c� CLAYEY SAND(SC)-dark brown,with limestone fragments 4.5+ 19 4.5+ 13 5 4.5+ 27 34-19-15 6 0.2 135 974.0 WEATHERED LIMESTONE-tan 50/3/4" 1 50/t/4" 968.0 FAT CLAY(CH)-brown 4.5+ 12 a m 1 0 rn L O N 4.5+ 17 CU E 2 961.0 Boring Terminated at Approximately 20 Feet Proposed Elevation=980.0 Feet o Approximate Grading=1.0 Foot Cut m C Q) CU aU N 0 U N O C 7 L N C .o Material boundaries lire eppmx�mate:in situ transitions rrre be dual. � Driller: I Drilling Method:Continuous Flight Augers Plate A.7 Log o.Project N B-5 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue V�^ E� Block 68, Lot 18 Fort Worth, Texas G Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736920 N While Drilling Not Observed 8-9-21 Longitude At Boring Completion Not Observed e 97.58242°W End of Day Not Measured o = a a 0 0l d t N N d r = a7 C a co a :: En c �•- o m -o•o 0 > V Z E ?� d w r E Stratum Description z a a J a�� e �, a is o — Q N w io a IL a�i m m " 0 3 �` c o Approximate Surface Elevation=991.0 feet 3:O rn a M a.rn LL-FL-PI 2 rn o M v LEAN CLAY(CL)-dark brown to tart 4.5+ 21 4.5+ 98 46-22-24 13 5 4.5+ 21 4.5+ 87 46-17-29 20 4.5+ 23 1 4.5+ 17 c a m 15 U .0 v m w 0 4.00 21 C E 20 971.0 Boring Terminated at Approximately 20 Feet 4-7 Proposed Elevation=985.0 Feet o Approximate Grading=6.0 Feet Cut a m `m Q) w M v w C O U N O C 7 W CM 0 MaterWl bWndanes area rmirrwte:in situ.iransRz p s maybe iyodual. N Driller: Plate A.8 FE Dri#ing Method:Continuous Flight Augers Log Project No. B-6 1 21-25426 Walsh Ranch Phase 3 PAM W. Terminus of Walsh Avenue Boring Location N E Block 68, Lot 24 Fort Worth, Texas R O Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736310 N While Drilling Not Observed 8-9-21 Longitude At Boring Completion Not Observed w 97.58241°W End of Day Not Measured_ a w = a 0 oI m t CL y N y N L C c >. zc o c a'= o d ao t ~ p >•— U Z «E U Stratum Description �z o o e a J _ _ CL rn E w F- c m M > `� u E rn w Approximate Surface Elevation=978.0 feet 0 uai a a<n LL-PL-PI 2 Cn o V FAT CLAY(CH)-dark brown to tan 4.5+ 10 4.5+ 15 5 4.5+ 93 51-17-34 17 25,260 4.5+ 94 51-16-35 18 4.5+ 12 10 4.5+ 14 15 �u C fL L O N 4.5+ 31 co E 2 958.0 a) Boring Terminated at Approximately 20 Feet Proposed Elevation=976.0 Feet o Approximate Grading=2.0 Feet Cut n m m `m m N C5 2 U7 a C O N O C J O N 71 O C Mal-101 boundaries area romuote:in situ.Veneiliorin nmy be gradual. Driller: F [killing Method:Continuous Flight Augers Plate A.9 Lag Project No. B-7 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue a Street J Fort Worth, Texas R ONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735760 N While Drilling Not Observed 8-9-21 _ Longitude At Boring Completion Not ObservedCL e 97.582380 W End of Day Not Measured o = a O D) y L N _ �, Y N d r = a7 C if= O. $ d r I L w . .2 O -O O 0 c >° V E z w, ww a E a Stratum Description � z o r a _ C J O ~ O e J e W 4) CL (' U) E > =' vi H m u) > A a) = u E w a mm ta.d o 3 Z' co Approximate Surface Elevation=969.0 feet 3:O rn a W a rn LL-PL-PI 2 U) o U FAT CLAY(CH)-dark brown to tan 4.5+ 97 73-28-45 31 967.0 LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 77 47-18-29 13 5 3-50 15 4.25 16 4.50 16 1 r 4.25 22 °c. °/ 15 d 0 d a m r 0 4.25 37 C E 20 949 0 Boring Terminated at Approximately 20 Feet ME Proposed Elevation=970.0 Feet o Approximate Grading=1.0 Foot Fill a w m N 7 N N C U d O C l ' I Iyaterial boundaries areapproximate:in situ.transitions rnaV be gradual _ n Driller: Plate A.1 U Drilling Method:Continuous Flight Augers Log Project No. B-8 21-25426 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location qiNG Behind Block 68 Fort Worth, Texas R O Latitude Water Level Observations(feet) Date E N G I N E 32.735130 N While Drilling Not Observed 8-9-21 t Longitude At Boring Completion Not Observed 97.582400 W End of Day Not Measured a y c a o a; r �-' C IL 'O'' - N 40. O O > U N.. Z y,,E V df N Stratum Description ` Z a O = z Me a a p N E _v and ° yp 'mod ; — M Oa ) I— c �a My 3 i= co y w Approximate Surface Elevation=952.0 feet 3 O uai a a rn LL-PL-PI 20 rn G U FAT CLAY(CH)-dark brown to tan 4.5+ 25 4.5+ 21 5 3.50 93 62-18-44 17 4.5+ 39 25 4.25 50-17-33 13 1 0 4.5+ 32 a �' 15 U LC [7 O6 Q1 934.0 o WEATHERED LIMESTONE•tan 932.0 50l'/2' 2 20 50/'/d' Boring Terminated at Approximately 20 Feet Proposed Elevation=958.0 Feet o Approximate Grading=6.0 Feet Fill CL m i� is co m -o c 0 a 0 C a 7 L N AeaterW boundaries are te.in situ,trarmitirnu wwy be radual. Driller: F Drilling Method:Continuous Flight Augers Plate A.1 Log o.Project N _B-9 2cto. 6 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location R O NJG Block 68, Lot 26 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.734520 N While Drilling Not Observed 8-9-21 Longitude At Boring Completion Not Observed 97.582390 W End of Day Not Measured a a o ai t a a`d. N aU) O1 C >' mO a d.� O ME a E a Stratum Description ` z I .c a J 3 = a 0 co w �a a mm � � 0 3 � o cn Approximate Surface Elevation=945.0 feet 3:O rn a O� a N LL-PL-PI 2 rn 0 v SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 24 4.5+ 69 40-19-21 8 0.5 101 5 4.5+ 13 i 938.5_ WEATHERED LIMESTONE-tan 50/1" 27 50/'/i' 10— 50/'/4' 50/'/i' 50/'/4' 15 'c V 0 928.0 LIMESTONE-gray L O N 50l'/<" E 20 925.0 50l'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=951.0 Feet o Approximate Grading=6.0 Feet Fill v w m m 2 a N O U O C 7 y Q! O 21 c Material boundaries areapproximate:in situ transitions rnaV be gradual a a Driller: Plate A.12 Drilling Method:Continuous Flight Augers Log Project No. B-10 21-25426 Walsh Ranch Phase 3 PA3W _ W. Terminus of Walsh Avenue Boring Location Block 68, Lot 29 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.733890 N While Drilling Not Observed 8-10-21 Longitude At Boring Comptetion Not Observed 97.58241°W End of Day Not Measured o. w o - w o at t a a rn y N y w C Im >_ G C yo a dr O ''- C •d 9� > — c� z yE v dy E CL ° Stratum Description 1 E _ y inl6 61 �' N I- L f0 .y > d 5 E w Approximate Surface Elevation=942.0 feet O ran a a in LL-PL-PI 2 to o cj FAT CLAY(CH)-dark brown to tan 4.5+ 28 4.5+ 98 77-26-51 21 5 937.0 4.5+ 21 LEAN CLAY(CL)-brown to tan,with ferrous stains 4.00 94 49-20-29 19 4.50 21 1 a 4.25 11 a m 15 70 U C U N n R N 925.0 O1 WEATHERED LIMESTONE-tan t 6 v 50/%" E 2G '922.0 50/'/i' Boring Terminated at Approximately 20 Feet w Proposed Elevation=941.0 Feet o Approximate Grading=1.0 Foot Cut n V a N N N N C O U N O C 3 L N OJ O DI G Material hwndariee are aRpMmew in situ Vansitkms ffoy be gradual- Driller: Drilling Method:Continuous Flight Augers Plate AA 3 Log o.Project N B-11 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R V^NVG Block 28, Lot 48 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.733370 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.582380 W End of Day Not Measured o a a 0 of r N w = O7 O. y O d w O ._ O GS -o 0 o > o V a3 Z � E U En E 2 Stratum Description � z S, w J = r rn to w �a a aa,, 0 and 0 3 Z co Approximate Surface Elevation=934.0 feet O to a IY a to ILL-FL-PI 2 rn o c) FAT CLAY(CH)-dark brown to tan 4.50 99 67-28-39 29 4.5+ 24 5 929.0 4.5+ 21 CLAYEY SAND(SC)-dark brown,with limestone fragments 4.5+ 19 33-15-18 11 926.0 WEATHERED LIMESTONE-tan 50/1" 10 922.0 LIMESTONE-gray 0 50/'/2 50/'/<" a) 15 m U C U q O m L O O3 s 50/'/<" E 20 914.0 r"50l% Boring Terminated at Approximately 20 Feet Proposed Elevation=948.0 Feet o Approximate Grading=14.0 Feet Fill m a w a iu C O O C 7 3 J N 01 O DD C 0 Material boundaries area roxima[e:in situ.transitions may be gradual . Driller: Plate, A.14 Drilling Method:Continuous Flight Augers Log Project No. B-12 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� � Block 13, Lot 20 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.74231' N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed 97.58151'W End of Day Not Measured Q N o al t a T C CV d w 0 '� EF $ c F- 0 m o a dw o �._ t p > - U 2 E U Ol ql T a Stratum Description z CL o o = 0'. a J e E 01 I— r-m Wy w CD = c°, E m rn w Approximate Surface Elevation=903.0 feet �O rain a W a iA LL-PL-PI U) in �U SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 14 4.5+ 14 5 4.5+ 65 31-13-18 15 896.5 WEATHERED LIMESTONE-tan 50/2" 16 50/1" 10 50/'/i' ° 50/3/4' e 15 50/1/2' U U 41 0 886.0 LIMESTONE-gray y 0 E 20 883.0 50/1W 4) Haring Terminated at Approximately 20 Feet Proposed Elevation=914.0 Feet o Approximate Grading=11.0 Feet Fill a m a a c U U7 O C 7 L N .o Malenal boundaries are a ate;in silk Iransilions nmy he ZLdvai. a Driller: Plate A.1 5F Drilling Method:Continuous Flight Augers Log o.Project N B-13 2ct No. 6 Walsh Ranch Phase 3 PA3W qG Baring Location W. Terminus of Walsh AvenueRONBlock 13, Lot 24Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.741650 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed 97.58156°W End of Day Not Measured Q y S Q w r N 04 a c a � N) ' o m am o o c c v Z `z a�E Stratum Description o u,co E a) � H c �a y > m 5E rn w m a a m m m.°' 0 3 Z' c o Approximate Surface Elevation=901.0 feet O U) a a m to LL-PL-PI 2 to o c) SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 6 4.5+ 63 35-19-16 6 5 4.5+ 93 40-16-24 10 2.7 118 4.5+ 14 893.0 WEATHERED LIMESTONE-tan 50/'/" 50/'/4 10 889.0 LIMESTONE-gray o 50/'/<" 50/% 15 m C U G1 Q t O N a 50P/a" E 20 0881.0 50//<CU Boring Terminated at Approximately 20 Feet i Proposed Elevation=918.0 Feet o Approximate Grading=17.0 Feet Fill a a a N CU N U7 C O O C a W G 'o Material boundaries area rozimate:in situ,transitions may be gradual Driller: Plate A.16 Drilling Method:Continuous Flight Augers Log Project No. B-14 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue o V Street B Fort Worth, Texas RO Latitude Water Level Observations(feet) Date E N G I N E ER 32.740990 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed w 97.58152°W End of Day Not Measured a N o a G N d N y N C C $ > � v mr z° �E v -ao Q � Stratum Description L z o e a J o w t] rn E ro "' F- c m W > w d ' 0 E w W Approximate Surface Elevation=921.0 feet �O cun) a W min LL-PL-PI 2 U)i o M t) SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 12 1)19.0_ WEATHERED LIMESTONE-tan i 50/'/<" 5 50/'/<" 50/'/<" 10 50/'/<" 50/i/<" 15 50/1/<" 'c Q 0 vi 903.0 o LIMESTONE-gray a0 E 9012 20— .0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=920.0 Feet o Approximate Grading=1.0 Foot Cut u d B n N a 0 U N J] O C 7 L N Q1 _O Material boundaries area roximate:in situ.transitions may be gradual N Driller. Drilling Method:Continuous Flight Augers Plate A.17 Log Project Na. B-15 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� C G Block 63, Lot 2 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740420 N While Drilling Not Observed 8-18-21 Longitude At Boring Completion Not Observed 97.581520 W End of Day Not Measured y y o y r a C14o ai a d o a °:n o a`-� c 0 a C C > O V .. Z ate+J ('� N 0 Q Stratum DescriptionCL z o s _ ` y e C C y A y N W ul CL > N = U 1= G N A to m� a a)0 tya °_' 0 3 Z' co Approximate Surface Elevation=939 0 feet O N a o: a cn LL-PL-PI rn o c� CLAYEY SAND(SC)-dark brown to tan,with ferrous ! stains 3.75 38 56-24-32 23 936. WEATHERED LIMESTONE-tan 50/%" 50l'/i' 5 50/'/=' 10 927.0 LIMESTONE-gray C 50/%" m 15 50/'/<" m 'c m a ai L O N = 50l'/<" E 20 919.0 50l'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=933.0 Feet o Approximate Grading=6.0 Feet Cut m m a co 0 O d O C 7 1 L y O Material boundaries area proximate:in situ.transitions may be gradual. Driller: Plate A.18 Drilling Method:Continuous Flight Augers Log Project No. B-16 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ Block 62, Lot 16 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R I N.G 32.739800 N While Drilling Not Observed 8-23-21 Longitude At Boring Completion Not Observed 97.581500 W End of Day Not Measured a y = Q CD Dl w L Q �' N Q, N y Y C 0 C c >+ m e a �w c �•- oEF d o t ~ o m U E z yE a E, a Stratum Description ` z o a J c fn m N F- lC ,N > W N V E co w Approximate Surface Elevation=946.0 feet O vi a a<n LL-PL-PI M (n o m y FAT CLAY(CH)-dark brown to tan,with ferrous stains 4.5+ 20 4.5+ 51-21-30 9 0.1 90 942.0 SANDY LEAN CLAY(CL)-brown to tan,with ferrous 5 stains 50/1" 53 'X 939.0 WEATHERED LIMESTONE-tan 50/1" 42 36 16-2 331 50/'/4' 10 50/'/4' 932.O o LIMESTONE-gray 50/'/4' e 15 50/'/<" �i d 0 a: t 0 iu C E 2 926.0 50l/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=949.0 Feet o Approximate Grading=3.0 Feet Fill a m m N ca O7 N C O U N O C 7 L N Ql C .o Malenai haundanes area mate;in situ,transilions may be mdual. N Driller: Plate A.19 F Drilling Method:Continuous Flight Augers Log Project No. Walsh Ranch Phase 3 PA3W B-17 21-25426 W. Terminus of Walsh Avenue Boring Location R O N E Block 13, Lot 38 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739070 N While Drilling Not Observed 8-18-21 Longitude At Boring Completion Not Observed 97.58150°W End of Day Not Measured o ° o 0 of d r y yl N y ul C En C CL o � o ° �•� E z a;- m .. d w E Stratum Description z J d ca rn M lu mM a a�i a�i and o 3 C o Approximate Surface Elevation=951.0 feet O Cn a W a to LL-FL-PI 2 co o M U FAT CLAY(CH) dark brown to tan,with ferrous stains 4 5+ 8 4.5+ 9 5 3.50 91 66-18-48 23 2.8 101 945.0 WEATHERED LIMESTONE-tan 50/'/z' 50/% 10 937.0 o LIMESTONE-gray 50/'/<" 50/'/<" U .0 J= N O O1 L O N 50/'/<" 931.0 Boring Terminated at Approximately 20 Feet Proposed Elevation=953.0 Feet o Approximate Grading=2.0 Feet Fill v m m ?. co 'O N N C U a) O C 7 N Ol C Material boundaries areapproximate:in situ,transitions may be gradual Driller: Plate A.20 Drilling Method:Continuous Flight Augers Log Project No. B-18 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��N E Block 13,Lot 44 Fort Worth, Texas Latitude Water Level Observations(Beet) Date E N G I N E E R I N G 32.738350 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed w 97.581480 W y Measured =_ a End of Da Not � =o a cm r $ c > m o a c04 •— o d a o r a c >•— Q z d E t) a, y Q E a Stratum Description L z o = a J o w N lC m CL M C M .N > w m uE mam rn W Approximate Surface Elevation=970.0 feet 3.0 vai a W (,LOU) LL-PL-PI U) o =0 FAT CLAY(CH)-dark brown to tan,with ferrous stains 4.5+ 8 4.5+ 84 52-19-33 12 5.9 113 6,960 5 4.00 23 964.0 SANDY FAT CLAY(CH)-tan,with ferrous stains 4.00 59 67-26-41 22 4.5+ 18 10 958.0 WEATHERED LIMESTONE-tan,with clay layers ii 50/'/i' 2 15 50/'/<" I m 0 m L O m 4.5+ 18 M 2 20 950.0 a) Boring Terminated at Approximately 20 Feel Proposed Elevation=976.0 Feet E Approximate Grading=6.0 Feet Fill v m m m CL _w aD a C O U m d O C J L N m Material haundanes area rmumate:m sftu.tranmuons may 8e gradual. Plate A.21 F[��Continuous Flight Augers Log o.Project N B-19 2cto. 6 Walsh Ranch Phase 3 PAM W. Terminus of Walsh Avenue Boring Location R�� r Block 68, Lot 3 Fort Worth, Texas fr► G Latitude Water Level Observations(fBet Date E N G I N E E R I N G 32.737670 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed 97.58143°W End of Day Not Measured a N °' N r N Y M E a x d a n o a•- o a> a,o c c o U E.. Z YE ww 2 - Stratum Description °' z °' C _' Q a y �' Q > v m ° m ° '� > a = 0 E rn to a a m m M.d o 3 Z` a o Approximate Surface Elevation=983 0 feet �O rn a Ix a to LL-PL-PI FAT CLAY(CH)-dark brown to tan 4.5+ 6 4.5+ 21 5 4.5+ 88 43-18-25 21 4.5+ 16 975.0 SANDY FAT CLAY(CH)-with ferrous stains and limestone fragments 3.50 47 55-20-35 18 1 4.5+ a 15 is U D a1 N r O 4.25 22 C E 963.0 20 Boring Terminated at Approximately 20 Feet w Proposed Elevation=979.0 Feet o Approximate Grading=4.0 Feet Cut v m a iu a N U U O C 7 N _9 C Mafenal boundanes area ro1["Te:In sew U wsileRRS(nay be gradual Driller: Plate A.22 Drilling Method:Continuous Flight Augers Log Project No. B-20 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��� Block 69,Lot 1 Fort Worth, Texas RO N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736970 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed 97.58144°W End of Day Not Measured CL N t d1 a y y N G7 N C C a ~ > — U 04 Z yE U 3' dw E Q Stratum Description o = a a J e w N m °' iaa H Cm rna>, d z!a = c°� E y w Approximate Surface Elevation=973.0 feet �O vi a ix m u) LL-PL-PI 2 do o �U FAT CLAY(CH)-light brown.with ferrous stains 4.5+ 90 66-25-41 19 4.5+ 17 5 4.5+ 14 967. LEAN CLAY(CL)-tan,with ferrous stains 4.5+ 87 48-19-29 19 0.2 107 4.5+ 13 1 Q 4.5+ 15 'c m a 955.0 o WEATHERED LIMESTONE-tan a E 20 953.0 50l%" Boring Terminated.at Approximately 20 Feet Proposed Elevation=977.0 Feet o Approximate Grading=4.0 Feet Fill m 0 U N O C U 7 L N L71 .71 C 'o AdatzWl Wedartes area ' W In situ Irmiswpn8 be raduat N Driller:Drilling Method:Continuous Flight Augers Plate A.23 Log o.Project N B-21 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ©O NE Block 69, Lot 5 Fort Worth, Texas IZ Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736340 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.581420 W End of Day Not Measured c a N N r N y C M c a —y c a a o .0= o w v,o � c F> c > o U E� Z « E vi Stratum Description z o J w C e Q r o C C CL N E > :% N H C f0 rn > •N N v E M W ma a mm m� 0 3 Z' co Approximate Surface Elevation=969.0 feet O rn a W a LL-PL-PI cn o t� FAT CLAY(CH)-dark brown to tan 4.50 18 4.5+ 15 5— 4.5+ 21 4.50 91 65-20-45 21 3.1 107 — 4.50 21 10— r 4.5+ 14 O ' 2 15— m U C U Q1 p L O _0 4.5+ 98 57-22-35 24 C E 949.0 20— Boring Terminated at Approximately 20 Feet Proposed Elevation=971.0 Feet o Approximate Grading=2.0 Feet Fill a� m N N N C O d O C 7 N 01 O 0 Material boundaries area oroximate:in situ,transitions may be gradual .T Driller: Plate A.24 Drilling Method:Continuous Flight Augers Log Project No. B-22 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RONE Block 70, Lot 28 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R VG 32.735790 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.581420 W End of Day Not Measured Q y CD = a O 01 d L a N 41 N y w L M C c c m Cc a M o a= o M o E Stratum Description C r J U �_ M R ~ E 6 to J '= C y 10 ` Z C C Q o E M a) �' N C M Iq N N V w W Approximate Surface Elevation=960.0 feet �O vai a m a in LL-PL-PI 2 to o` c i FAT CLAY(CH)-light brown,with ferrous stains 4.5+ 16 4.5+ 83 54-17-37 14 5 4.50 19 4.50 98 58-20-38 19 10 r 4.5+ 22 a `' 15 'c U m L O N C C E 20 940.0 4.5+ aD Boring Terminated at Approximately 20 Feet Proposed Elevation=963.0 Feet o Approximate Grading=3.0 Feet Fill a m M CL c 0 m n 0 C U 7 L N 'o Material boundarks area oximate•m situ.transiGorts maybeWadual. a Driller: F Plate A.25 Drilling Method:Continuous Flight Augers Log o.Project N B-23 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ VG Block 71, Lot 6 Fort Worth, Texas OJ Latitude Water Level Observations(feet) Date E N G I N E E R 32.735210 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.58142°W CL End of Day Not Measured = N °' N N N y In C 2 E O a Nr O dY U N N o c > — U E z y E a £ a Stratum Description _J 0 z �, J o a o 3 0C N N E > +O-� N F- a lD •0 > N Cf V E M w ma a m m to d o 3 c o Approximate Surface Elevation=954.0 feet 3:O to a W a rn LL-FL-PI 2 rn 0 U SANDY FAT CLAY(CH)-light brown,with ferrous stains 4.5+ 32 4.5+ 53 53-20-33 10 950.0 LEAN CLAY(CL)-tan,with sand 5 4.5+ 80 36-20-16 18 4.25 20 3.50 20 10 r 4.5+ 18 15 'c c U p� �1 a1 w 936.0 o LIMESTONE-gray a� 50/'/i' E 20 0 934.0 50/'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=956.0 Feet o Approximate Grading=2.0 Feet Fill m m m N CU N N 'O C O O C J Material boundaries are ao roximate:in situ,transitions may be gradual. Driller: Plate A.26 Drilling Method:Continuous Flight Augers Log Project No. B-24 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue FRONE Block 71,Lot 10 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.734570 N While Drilling Not Observed 3-20-02 Longitude At Boring Completion Not Observed 97.581390 W End of Day _ Not Measured a y O Im 41 L Q G _ CV y N C C o = mo a �,« o o= o a >•— z dE O d w E Stratum Description °'�° E CM M'c r J d " A Q •' f' C w G L Q 7 ° •C � CL rn m m 4 a r-%A ui y �' v = u E w Approximate Surface Elevation=941.0 feet �O tan a X a u) LL-PL-PI E m o c� SANDY FAT CLAY(CH)-light brawn,with ferrous 4.5+ 51 51-19-32 16 stains 939.0 WEATHERED LIMESTONE-tan 50/2" 5 50/1" 50/13/4" 1 9 50/'/i' 50/1" m 15 50/'/i' m 0 w 923..0 o LIMESTONE-gray a 2 20 921.0 50%%<" Boring Terminated at Approximately 20 Feet = Proposed Elevation=M.0 Feet E Approximate Grading=4.0 Feet Fill m N 1 N N U C O U N O C M 0 L U1 a7J C b Material hqunderieb are a wow,in situ.UanrAam W cndual. A Driller. Plate A.27 Drilling Method:Continuous Flight Augers Log Project No. B-25 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� C G Block 28, Lot 43 Fort Worth, Texas R Latitude Water Level Observations(feet) 1 Date E N G I N E E R I N G 32.733940 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.581380 W End of Day Not Measured c a o ai r a7 N y N d r C a7 C G $ y C ta. N - .2= O N a 0 c > o V E.. Z � E U � mw F Stratum Description °' z a a Z. `o ` Q 0 N w m.0 a m ai to.0 0 3 �' c 0 Approximate Surface Elevation=926.0 feet �O co a W a to LL-PL-PI 5 to o Da) 0 c� FAT CLAY(CH)-dark brown to tan,with ferrous stains 4.5+ 32 4.5+ 92 72-25-47 20 5 4.5+1` 14 920.0 SANDY FAT CLAY(CH)-tan 4.5+ 55 50-20-30 14 4.5+ 17 10 916.0 WEATHERED LIMESTONE-tan 50/'/2 50/'/4' m 15 d a a Y 908.0 o LIMESTONE-gray a 50/'%" E 20 10906.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=937.0 Feet o Approximate Grading=11.0 Feet Fill a m m C O d O C ' Material boundaries areapproximate:in situ.transitions may be gradual Driller: Plate A.28 F1 Drilling Method:Continuous Flight Augers Log Project No. B-26 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^^ Block 13, Lot 15 Fort Worth, Texas R V N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.743630 N While trilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed 97.580810 W End of Day Not Measured a N CD _ «r a O O1 N L a N y N y w L 0 C C = N 0p d N r p d 0 .0 -c.2 i .0 >'- C) z E V d ul E °' Stratum Description � o �\ r J -= T C. ; ` Z C C C Q 3 o C C in E 07 � W c m uyi > H m = E m y w Approximate Surface Elevation=901.0 feet �O a a W n U) LL-PL-PI 2 vni o M c) FAT CLAY(CH)-dark brown to tan,with ferrous — — 900.0 stains 15-33-50/1" WEATHERED LIMESTONE-tan 50/3" 5 50/2" 50/1" 50/3/<" 10. 50/'/z' a 50l'/z' 0j 15 50/%" U LC l] d 9 Q1 L O N Boring Terminated at Approximately 20 Feet y Proposed Elevation=94$.0 Feet o Approximate Grading=7.0 Feet Fill a d a m m :o c 0 U N O C 7 L rq C o Maleral boundaries are a unate:in sltu.tlarrsilions be raduaE, Driller: Plate A.29 F Drilling Method:Continuous Flight Augers Log o.Project N 8-27 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R^�VG Block 67, Lot 4 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R 32.742970 N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed e 97.58080'W End of Day Not Measured o = a a o I71 N L C N N N d w 0 N N >° v E Z V.- 0 t E Stratum Description z a J y >` CL > `wd c da ym N - oQ rn N w ma a m a3 tad o 3 C o Approximate Surface Elevation=918.0 feet O to a w a in LL-PL-PI '2 rn 0 M 0 FAT CLAY(CH)-dark brown to tan 4.5+ 21 916.0 LEAN CLAY(CL)-brown to tan,with ferrous stains 30-34-30 N=64 28-26-36 12 5 N=62 50/6" 10 909.0 WEATHERED LIMESTONE-tan 50/3" 68 39-12-27 9 10 904.0' q LIMESTONE-gray 50l'/<" a 50/'/2 15 U C [r] v q L O N = 50/'/2 E 20— 898.0 50/'/4' Boring Terminated at Approximately 20 Feet w Proposed Elevation=914.0 Feet o Approximate Grading=4.0 Feet Cut 0 a� m CU CL N N N O U O C 3 J iN OS O 0 Material boundaries are approximaW in situ,transitions may be gradual. .T Driller: Plate A.3U Drilling Method:Continuous Flight Augers Log Project No. I B-28 21-25426 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Baring Location E Block 67, Lot 1 Fort Worth, Texas R O W Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.74233' N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed 97.58079'W End of Day Not Measured a N O pl I 07 t Q CL 04 y N C C c mo a �, o �= C d �o >•— U 2 yE U drn y ECL CL Stratum Description ��° o �\ =J e w G N cc E m rw F— � m w > H c°� E rn cL W Approximate Surface Elevation=917.0 feet �O 1 U)0. a W a fA LL-PL-PI 2 to a M U LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 8 50/3" 7 5 912.0 50/6" 74 32-13-19 12 WEATHERED LIMESTONE-tan i 50/1" 50/'/i' i 50/%" 10 50/Yi' 903.0 o LIMESTONE-gray 50/% V 15 50/'/i' U C U N O O L O N 1 S 20 4 897.0 50/Y4' Boring Terminated at Approximately 20 Feet Proposed Elevation=918.0 Feet o Approximate Grading=1.0 Foot Fill a Q) 0 0 U N O C J L y Material twundanes area rox�maie;In snu,lranSiligri5 ma be :adual. " Driller:Drilling Method:Continuous Flight Augers Plate A.31 Log o.Project N B-29 2cto. 6 Walsh Ranch Phase 3 PA3W Terminus of Walsh Avenue Boring Location W. RO Block 65, Lot 2 Fort Worth, Texas NE Latitude Water Level Observations(feet) Date E N G I N E E R IqG 32.741690 N While Drilling Not Observed 8-24-21 Longitude At Boring Completion Not Observed °a 97.580780 W End of Day Not Measured w o N N N y w C M s= G ' O a a0+w G �= $ O O o ~ a d m E Z E m d w a E a ;, Stratum Description z Oa) n _ r- a a O J o a c= aJ a c N Na) Ma a a�ia1°i and 0 3 co LLJ Approximate Surface Elevation=916.0 feet 3:O to a W a In LL-PL-PI 2 to LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 12 4.5+ 100 29-14-15 6 911.5. 5 WEATHERED LIMESTONE-tan 50/4" 10 50/1 t/2" 50/%" 1 942.0 v LIMESTONE-gray 50/%" 50/'/2" 15 V C U m t O N ; 50/%" 20 896.0 50P/<Boring Terminated at Approximately 20 Feet Proposed Elevation=920.0 Feet o Approximate Grading=4.0 Feet Fill `m N U co N N C U d O C 5 —�fn CA O Material boundaries are aooroximate:in situ,transilions may be gradual. Driller: Plate A.32 Drilling Method:Continuous Flight Augers Log Project No. B-30 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ~ Block 63, Lot 8 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I GG 32.741020 N While Drilling Not Observed _ 8-19-21 Longitude At Boring Completion Not Observed 97.58076'W End of Day Not Measured a w c r a o ai d r a N y w C r c > c a d 6 �'= C iu � o a a Stratum Description .� 0 o a o -E w J M ~ E 01� J != y N 10 Va • CL UN N C M to 5 E NW a i'can)Surface Elevation=918.0 feet O vi a W LL-PL-PI 2 N o M LEAN CLAY(CL)-brown to tan,with ferrous stains 3.00 27 40-16-24 14 916.0 WEATHERED LIMESTONE-tan 50/'/2 5 50P/4' 50P/z' 10 50P/4' n 50/'/4' 15 50P/4' 902.0 LIMESTONE-gray 0 a L cc O N U ' E 20 898. 50/%" Boring Terminated at Approximately 20 Feet ME Proposed Elevation=926.0 Feet o Approximate Grading=8.0 Feet Fill a m to m N U O7 N C O U N d O C a 3 L y O) C .o Matenal 6oundartes area raoamate:0 situ.transitions maybe radual, Driller.DrillinPlate A.33 Method:Continuous Flight Augers Log Project No. B-31 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��''11 A Block 63, Lot 24 Fort Worth, Texas R V 1�! E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740430 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed 97.580780 W End of Day Not Measured a N 0 of m t a d N r N y r C ( C a r- a Y o c _ o -c o c l= >2 U E Z r.E V iu y E Stratum Descri tion J'° °' ° a '° p ` d a W a uE rn to w �a a m a1°i 0 3 z r- o Approximate Surface Elevation=944.0 feet O rn a W a N LL-PL-PI 2 cn G :)U FAT CLAY(CH)-brown to tan,with ferrous stains 4.5+ 12 4.5+ 98 109-36-73 25 101 4,980 5 4.5+ 14 938.0 WEATHERED LIMESTONE-tan 50/Yz' 50/'/z' 10 S 50/'/i' �' 15 50/'/<" 928.0 m LIMESTONE-gray L O N U 50/'/<" E '924.0 50/'/<" 2 20 Boring Terminated at Approximately 20 Feet Proposed Elevation=948.0 Feet o Approximate Grading=4.0 Feet Fill CL m Co C U L N a bMaterial boundaries area roximale:in situ.transitions may be radual. 0 a Driller: Plate A.34 Drilling Method:Continuous Flight Augers Log Project No B_32 21-25426 Walsh Ranch Phase 3 PA3W Boring Location -- N. Intersection I-30 and I-20 RO NE Date Block 62, Lot 19 Fort Worth, Texas— ENGINEER114G Latitude Water Level Observations(feet) 32-739810 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed e a 97.58077°W End of❑ay Not Measured c r t a c r r w N w O 'a) O a x U °'«� z a.E d w $ E C w OJ w - Stratum Description z w = _ a a T 0. ° m� 'w > A d of p rn E d M.0 a. mm andM co in w Approximate Surface Elevation=958.0 feet O to o. n in c) LEAN CLAY(CL)-brown to tan, -wth ferrous stains3.754.5+ 86 954.0 FAT CLAY(CH)-brown to tan,with ferrous stains4.5+ 5 3-75 90 53-21-32 17 0.0 97 4.5+ 17 10 3.00 21 L' 1 'c L u t 940.0 o WEATHERED LIMESTONE•tan 50/'/<" 20 Boling Terminated at Approximatety 20 Feet Proposed Elevation=955.0 Feet o Approximate Grading=3.0 Feet Cut ro m m R N N N .N O U O C 7 L N G o Material boundaries are a raaimale:ut srtu,traresit�ons be Driller: Plate A.35 Drilling Method:Continuous Flight Augers Log Project No. B-33 21-25426 Walsh Ranch Phase 3 PA3W I Boring Location W. Terminus of Walsh Avenue Q�NVG Block 62, Lot 23 Fort Worth, Texas ` . Latitude Water Level Observations(feet) Date E N G I N E E R 32.739120 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed e 97.580740 W End of Day Not Measured = a N o N N N a`�+ N y Dl C $ O H 6 >'E V E'er Z "E y vNi r E m ° Stratum Description ° .`r C N w w a go a) � W o 3 Z` co Approximate Surface Elevation=970.0 feet 3:O rn a W a U) LL-PL-PI 2 to o U LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 13 968.0 AT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 88 49-15-34 11 5 4.5+ 11 4.25 19 4.5+ 99 67-19-48 21 107 10 r 4.5+ a 15 s� a rn L O 951.0 WEATHERED LIMESTONE-tan 50/3/4' E 20 4 950.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=970.0 Feet o Approximate Grading=0.0 Feet Fill v m m m N a co a C O O C 7 1 A N O1 C Material boundaries area roximate:in situ,transitions may be gradual Driller: Plate A.36 Drilling Method:Continuous Flight Augers Log Project No. B-34 21-25426 Walsh Ranch Phase 3 PA3W W. Boring Location Terminus of Walsh Avenue V R� Block 62, Lot 6 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E tR1 32.738360 N While Drilling Not Observed 8-17-21 Longitude At Boring Completion Not Observed 97.580720 W End of Day Not Measured a C o at m t a a a dy c 0 c > mo a �w o �= p d o ~ p > — U w Z .p.E U � drn E °' Stratum Description �° o Ism _ E o to d � a N oQ W �.0 an rn2 3 Z c0 N Approximate Surface Elevation=982.0 feet �O t a a.u) LL-PL-PI w G U LEAN CLAY(CL)-brown to tan,with ferrous stairis 4.00 94 78-28-50 33 980.0 WEATHERED LIMESTONE-tan 50/2" 5 50/1" 50/2" 10 50/11/2" 969.0 SANDY LEAN CLAY(CL)-tan 4.5+ 72 55-17-38 25 m 1 U L 0 O 41 N L O N 0 18-50/3" aEi 2 X962.0 Baring Terminated at Approximately 20 Feet Proposed Elevation=979.0 Feet o Approximate Grading=3.0 Feet Cut n m 4 N N N C O U N O C J L y O C o Material boundaries area rmt •in situ uwtsittans ma he aduai. A Driller: Drilling Method:Continuous Flight Augers Plate A.37 Log Project No. B-35 2ct 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� GC Block 24, Lot 26 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737690 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.580700 W End of Day Not Measured CDa a r W N d r CD C _ a mw o C y V E Z ID m ._ E 2 Stratum Description z o Y G w �, a , e m E > « w I— cr�o N > m SE to w ra a a m a� m o ; Z c o Approximate Surface Elevation=987.0 feet O to a tY a to LL-PL-PI 2 to 0 U LEAN CLAY(CL)-brown to tan,with ferrous stains 4.5+ 14 985.0 FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 14 5 4.5+ 86 58-16-42 11 3.7 107 4.5+ 82 54-16-38 12 4.5+ 15 123 12,260 10 4.5+ 17 O 15 w U u m �i rx L O 4.5+ 18 C CU E 967.0 20 Boring Terminated at Approximately 20 Feet w Proposed Elevation=979.0 Feet o Approximate Grading=8.0 Feet Cut i6 m a a CU -o N 0 U O C y O] 0 Maierial boundaries are s ximaie•in situ.Srans±Gons rnay he qmduat. Driller: Plate A.38 Drilling Method:Continuous Flight Augers Log Project No. B-36 21-25426 Walsh Ranch Phase 3 PAM Boring Location W. Terminus of Walsh Avenue �� Block 24,Lot 22 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736970 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.580660 W End of Day Not Measured a N o = a 0 IM 2 Q C y� CV `y.N. L 2 C c m o IL mw a .0 o d �o o >: U Z yE U min a a Stratum Description z o e a J o w o E d m c m� N (D w — o c. ra �� a. c m 3 2` c o ti W Approximate Surface Elevation=966.0 feet O vai a m co LL-PL-PI 2 U) o M L) FAT CLAY(CH)-brown to tan,with ferrous 5tairis 4.5+ 90 62-24-38 15 964. FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 16 5 4.25 19 4.5+ 13 4.5+ 78 53-20-33 18 10 4.50 15 C m 0 O1 L O N = 4.50 28 20 94&.- Boring Terminated at Approximately 20..Feet Proposed Elevation=975.0 Feet o Approximate Grading=9.0 Feet Fill C CL a C O U7 O C J L N �1 C o nea€erW boundarlea area roxmate•in situ,"rk5ilionsi may be qraiJual. Q Driller: Drilling Method:Continuous Flight Augers Plate A.39 Log o.Project N B-37 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R O NVG Block 28, Lot 24 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.736370 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed e 97.580650 W End of Day Not Measured = a N o t a r CV N C 0 C $ a c a M o a= o � a o O c >= U Z y d rn E Stratum Description °' zCL J C V! J o = �� a w � N T •Ch > d d C d to > Q N 4, = o f tL �M a W0 mm 0 3 i=' r- o Approximate Surface Elevation=954.0 feet O to a W a in LL-PL-PI 2 rn G M U FAT CLAY(CH)-brown to tan,with ferrous stains 4.5+ 21 4.5+ 95 58-18-40 24 5 4.5+ 14 3,50 84 65-20-45 19 0.0 101 4.00 24 10 940.0 o WEATHERED LIMESTONE-tan 36-50/2" 13 CL X 15 U U U7 O CM L O N 50/'/i' E 20 0 934.0 50/'/4' Boring Terminated at Approximately 20 Feet mq Proposed Elevation=966.0 Feet o Approximate Grading=12.0 Feet Fill m ro m m N a M m a c 0 0 c --w rn _2 r31 C 0 Material boundaries areapproximate:in situ,transitions may be gradual 7.0 Driller: Plate A.40 F Drilling Method:Continuous Flight Augers Log Project No. B-38 21-25426 Walsh Ranch Phase 3 PA3W Boring Location — W. Terminus of Walsh Avenue RONE Block 70, Lot 4 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735810 N While Drilling Not Observed 8-10-21 Longitude At Boring Completion Not Observed 97.580630 W End of Day Not Measured a w o - a a _ � `mom `� �« m c $ 6 ~ c m o a a�w o a E ci >•— U Z y._ m rn Q E °' Stratum Description °' E m T a Lz o r = Q I ` o e w Approximate Surface Elevation=954.0 feet �O ran a M a in LL-PL-PI 2 rn o t) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4 5+ 19 4.5+ 98 65-19-46 19 5 4.00 18 -with sand 4.25 79 71-29-42 24 3.0 110 946.0 WEATHERED LIMESTONE-tan 50/1" 10 50/'/i' a 50/%" 2 15 50/'/i' V u m 0 rn L O N E 20 934.0 50%%4" Boring Terminated at Approximately 20 Feet Proposed Elevation=961.0 Feet o Approximate Grading=7.0 Feet Fill a m 0 `m CL iu a c 0 m n 0 0 L N Cn _0 G+ C o Material boundaries area razimale:in situ.transiimns he gradual. N Driller: Plate A.41 Drilling Method:Continuous Flight Augers Log Project No, B-39 21-25426 Walsh Ranch Phase 3 PA3W Boring Location N. Intersection 1-30 and 1-20 r Block 70, Lot 9 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.73523' N While Drilting Not Observed 8-10-21 Longitude At Boring Completion Not Observed e 97.58059°W End of Day Not Measured = a N o y r a N (A N y w = 0 a m � a ::� c a•- o o 0 o c > V E Z d w Q E a Stratum Description J E „ _ J _ o � C= a z o C N rnCL E > +�+ u�i l— C M -y > •N N = V E m w m.0 a mm m.d o 3 c o Approximate Surface Elevation=943.0 feet 3:O to a W a to LL-PL-PI 2 rn 0 =c) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4 5+ 8 4.5+ 93 57-23-34 15 939.0 TF- WEATHERED LIMESTONE-tan 5 50/'/<" 50l'/i' 50/%" 50/% to— LIMESTONE 929.0 $ -gray 50/'/<" a 50/'/," 1 .0 LL.1 4i 6 Q1 L O N 50/'/<" E 2 923.0 50/'/<" Boring Terminated at Approximately 20 Feet mq Proposed Elevation=948.0 Feet o Approximate Grading=5.0 Feet Fill m d CU a, C O J L N Q1 C Marenai 6°undarias ere a mximata;In s tu.lr2nsiiians be gradual. `a 2 Driller: Plate A-42 Drillin, Method:Continuous Flight Augers Log Project No. Walsh Ranch Phase 3 PA3W B-40 21-25426 W. Terminus of Walsh Avenue Boring Location R O N "��' Block 70, Lot 13 Fort Worth, Texas Latitude Water Level Observations(feet} Date ENGINEERING 32.734610 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed o. w 97.580590 W End of Day Not Measured o r a Im N Ul C 0 E a do °- dw z yE V wv, * p tT c >l: U Stratum Description `° E C °' r J - J 0 Y � �e Q y � C C E Z — ° p E a>i a aci a10i m ° 3 �' c o in w Approximate Surface Elevation=937.0 feet 3:O to a a rn LL-PL-PI rn o U CLAYEY SAND(SC)-brown to tan,With Ferrous stains and limestone fragments T4.5+ 21 4.5+ 28 28-18-10 10 � 933.0 WEATHERED LIMESTONE-tan 4111 EO/ 5 411 50/'/<" 50/%" i 923.0 o LIMESTONE-gray 50/1" 50/'%' � 15 CU U C O C" L O N 50/% E 917.0 20 50l'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=939.0 Feet o Approximate Grading=2.0 Feet Fill T M D p N O U O C J O L V G 11 • Malsnal 4011Ild3rlsG area ro>oi�ti9rs:in Situ.trareBiliPnS rR[i be radu7l. Driller: Plate A.43 Drilling Method:Continuous Flight Augers Log Project No. B-41 2c-o. Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 28, Lot 41 Fort Worth, Texas RONE ILatitude Water Level Observations(feet) Date E N G I N E ONG 32.73395° N While Drilling Not Observed 8-11-21 LLLongitude At Boling Completion Not Observed e 97.580580 W End of Da Not Measured e N 0 of ;? t a c > o V E Z d.- m dw E % Stratum Description z _ a r aCL a' to E v 07 w Fo— c m .y > d �, toi E N w m� a as m m.2 0 3 c o Approximate Surface Elevation=925.0 feet �O cn a W a 6 LL-PL-PI 2' rn a U LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 23 4.5+ 12 5— 4.5+ 77 38-17-21 12 -1.3 117 4.5+ 12 917.0 - - WEATHERED LIMESTONE-tan 4.5+ 50 33-14-19 13 10 914.0 SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments o 50/%" a 50/'/2 15 8 'c �i L O U 50/%" ca E 20 905.0 50/'/<" Boring Terminated at Approximately 20 Feet Y Proposed Elevation=934.0 Feet o Approximate Grading=9.0 Feet Fill v m n CU iu 0 a 0 C 1 -�In LSl _O L71 C `o Material tsaundengs area pproximale7 in sisu.4-,owians may be gradual Driller: Plate A.44 F Drilling Method:Continuous Flight Augers Log Project No. B-42 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RAN E Block 13, Lot 12 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.743640 N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.58019°W �_ a w End of DayNot Measured w c a O D) r L a $ r N y N C C C $ C yo a yY O �= O •N � O � — E z " � cui Y E 2 ° Stratum Description J °' w m co E � � `o c� Q � a m tV n I— C 10 •to y N ?� C O w Approximate Surface Elevation=912.0 feet � ai O v a IY a in LL-PL-PI 20 to G :3 L) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 7 910.0 WEATHERED LIMESTONE-tan,with clay layers 50/1" 8 50/1" 5 50/1" 10 r g 50/3" 79 38-14-24 17 1 m 0 CM i O (U 0 892,0 5o/iz' 2 Boring Terminated at Approximately 20 Feet Proposed Elevation=910.0 Feet E Approximate Grading=2.0 Feet Cut m m C0 co Q) 0 O U N O C J L y 61 co C •� Ma[erial Wuadam.are 'mete•in sllu.UsnSitiAns ma be radual. 0 Driller: Drilling Method:Continuous Flight Augers Plate A.45 Log o.Project N B-43 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RON Block 67, Lot 7 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R qG 32.743020 N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.58016°W End of Day Not Measured = a N O O r t y y N y w C En C d C O. �O-'N G ._. O j O O O ~ E >= H E � Z W.- 0 ' tStratum Description z a " L J ` O C �� J e C w N a m � E O _ a M to m. a mw m� 0 3 it co U) Approximate Surface Elevation=929.0 feet O Un a a a cn LL-FL-PI 2 W o U CLAYEY SAND(SC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 25 33-18-15 7 927.0 WEATHERED LIMESTONE-tan 50/4" 21 50/3" 5— 50/1" 10 a 50/1" 2 15 �o U LC U d L O 910.0 LIMESTONE-gray 50/'/<" E 20 909.0 Boring Terminated at Approximately 20 Feet t Proposed Elevation=920.0 Feet o Approximate Grading=9.0 Feet Cut m M m N N N .N O U d O C 1 UI Ol c Material boundaries area roximale:in situ,transitions ma be radual v N Driller: Plate A.46 F Drilling Method:Continuous Flight Augers Log Project No. B-44 21-25426 Walsh Ranch Phase 3 PA3W �. Boring Location W. Terminus of Walsh Avenue ^ Block 6, Lot 11 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.742370 N While Drilling Not Observed 8-23-21 Longitude At Boring Completion Not Observed 97.58015°W End of Day Not Measured a tll c ar = a a m w dW c rn = $ c �, m o (L �,Y o .0= C d a.2 CL T ~ p > — L) Z y E U d m a Stratum Description z o e a o ._ CD 0 m N -� rn H c M •W > rn d V E N rn w Approximate Surface Elevation=937.0 feet �O vi i a ia) LL-PL-PI 2 m o �v / LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 27 36-19-17 8 935.0 _ WEATHERED LIMESTONE-tan 50/%" 5 50/'/' i 50/1'/2" 1 50/'/' 925.0 LIMESTONE-gray m 15 50/'%" m n rn L O N E 20 917.0 50//<" Boring Terminated at Approximately 20 Feet = Proposed Elevation=928.0 Feet o Approximate Grading=9.0 Feet Cut a 0 is m iu N co 2 N C O U N O C 0 L N �1 co G 6 Malerlal boundarfes are rmdmele:in situ,transitions m pa gradual. N Driller:Drilling Method:Continuous Flight Augers Plate A.47 Log o.Project N 8-45 2ct No. 6 Walsh Ranch Phase 3 PA3W Baring Location W. Terminus of Walsh Avenue Block 65, Lot 8 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.741700 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed e 97.580110 W End of Day _ Not Measured o a a O Im y; L N N N d r C C7 C T $ N rp O. d o p d._ O C >•- V Z .O.E U d N w Stratum Description °' z �_ �� J w d >' O. •; 07 N O N 9 N N Q N ° D O O. N M to M.0 a 4)i 0 m A 0 3 a o Approximate Surface Elevation=937.0 feet O en a� a(0 LL-PL-PI 2 to o M U LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 15 935.0 WEATHERED LIMESTONE-tan 50/'/z' 50/'/2 5 50/'/' 50/'/4" t0 923.0 LIMESTONE-gray 50//4" E 15 U LC 1 m a L O N = 50//4` E *917.0 50//4" 20- Boring Terminated at Approximately 20 Feet TP Proposed Elevation=944.0 Feet o Approximate Grading=7.0 Feet Fill m ro `w w N a M m a c 0 n 0 c Material bmndaries are a -mate:in situ.Ifansilt°rr5 m2X be radual. Driller: Plate A.48 Drilling Method:Continuous Flight Augers Log Project No. B-46 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue RAN E Me Block 65, Lot 11 Fort Worth, Texas Latitude Water Level Observations et] Date E N G I N E E R I N G 32.741020 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed 97.580120 W End of Day Not Measured a y o L Q o w w r C _ N aLd.. N y N C C O T c N O a yr o �w O N -°.2 t ~ >•- U Z y E U 3: w a a ;, a Stratum Description `z o = r e a J w G to E a>i w d o del rn d N _ o a 10 i6.0 F- C W M y 3 i:' L O w Approximate Surface Elevation=926.0 feet O vai a°w a uw LL-PL-PI G t� SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 54 39-18-21 11 98 922.0 WEATHERED LIMESTONE-tan 5 50/'/<" 50/'/z' 50/'/i' 1 50P/4' 912.0 a LIMESTONE-gray 50/'/i' Iv 1 50/'/4' CD a a L O U 20 906.D 50/%4' Boring Terminated at Approximately 20 Feet Proposed Elevation=946.0 Feet o Approximate Grading=20.0 Feet Fill a m m `m m N U N N C O U N O C U 7 L pNf O C -� Male"boundaries area M:in situ Uar(MO n5 may be gradual. 0 A Driller:Drilling Method:continuous Flight.Augers Plate A.49 Log o.Project N B-47 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 63, Lot 21 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.740460 N While Drilling Not Observed 8-19-21 Longitude At Boring Completion Not Observed 97.580090 W End of Day Not Measured c = a a O Ol r L ai N N y r C L a d r a y;« 6 �•- o d o 6 ' > o v E Z YJ ) a E a Stratum Description ` z c M c a� s= r- a E e Q r e = y ai N� N N y V E rn y w m.0 a aa) (D m.d o 3 i' c o Approximate Surface Elevation=941.0 feet �O a D! a rn LL-PL-PI y o V SANDY LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 26 38-18-20 10 939.D WEATHERED LIMESTONE•tan 50//z 50/'/4' 5- 5 0//2 50/'/4' 1D 927.D LIMESTONE-gray 50/'/4' 50/'/4' W 1 c� L O N 50/'/4' 2Q 921.0 50//4 2 Borin,;Terminated at Approximately 20 Feet Proposed Elevation=958.0 Feet o Approximate Grading=17.0 Feet Fill w _w ca 0 U O Cr 1 N L71 C ii Material 6aund3ries area rnxlrnate;In Situ.lrarlsilians may be qra04. Driller: Plate A.50 F Drillfn Method:Continuous Flight Augers Log Project No. B-48 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� C Block 61, Lot 22 Fort Worth, Texas G Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739840 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed 97.58008'W =_ End of Day Not Measured a � c = - o O Dl �N L > C d w 6 d O .0 O ~ p >•— U Z wE U ;, a Stratum Description z o a = r e a J rn A °' �,� c m y d d = U E y W Approximate Surface Elevation=956.0 feet �O Cn ai W m u) LL-PL-PI 2 u3i o tj LEAN CLAY(CC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 189 5 4.25 15 4.5+ 98 49-19-30 18 0.3 106 948.0 FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.00 22 1 r 4.5+ 98 55-21-34 26 15 �u G m 0 rn w 938.0 WEATHERED LIMESTONE-tan 2 E 20 936.0 500/% Boring Terminated at Approximately 20 Feet w Proposed Elevation=963.0 Feet o Approximate Grading=7.0 Feet Fill a m m 2L N M N N U C O U N O C 17 J L N O1 O m C a Matena!hdundones are a rmdmate:in s<tu•transitions may be graduM. Mn Driller: Drilling Method:Continuous Fiight Augers Plate A.51 Log N Project o. B-49 ect No. 26 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location ���� Block 61,Lot 10 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739110 N While Drilling Not Observed _ 8-17-21 f Longitude At Spring Completion — Not Observed e U 97.58007'W End of Day Not Measured o c a Q 0 IM ;? t Vl N W O7 C a G d ::« G )- O d -p O c _ >,o U Z yE m mw Stratum Description °' z a rn N W m.0 a aci 4)i m.° 0 3 Z' c o Approximate Surface Elevation=973.0 feet 3,0 v) a W m rn LL-PL-PI 2 In 1 o f U FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 76 59-18-41 12 969.0 SANDY FAT CLAY(CH)-tan,with ferrous stains and 5 limestone fragments 2.75 55 53-15-38 19 4.25 23 4.5+ 16 1 0 50/6" a _P 15 c� �i 0 m m L O 4.5+ 20 C E 2 953.0 Boring Terminated at Approximately 20 Feet w Proposed Elevation=973.0 Feet o Approximate Grading=0.0 Feet Fill m M C iu C O n O C —N m '� frtaEanal enundanes area roxirnat@:m Silu,Iransilwns ma 4e rscival- 0 A Driller: Plate A.52 Drilling.Method:Continuous Flight Augers Log Project No. B-50 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Intersection of Street A&Wals1i Ave. Fort Worth, Texas RO N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.738390 N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.580030 W End of Day Not Measured Q- N C Q a N (D tV y r C C d ~ C > (� "' Z y L) N N L E Q Stratum Description J z �o Q J ; o L w_ _ E °1 �� H c R w y N m = c°) E m to w Approximate Surface Elevation=980.0 feet �O vi a a in LL-PL-PI 2 <n o V FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.5+ 30 13 5 16-27 80 50-15-35 19 N=67 21-45-27 10 16 N=72 11-19-22 15 N=41 A2 'c m w ssz.a o WEATHERED LIMESTONE-tan iu Cz ,3 20 960.0 5 50�' Boring Terminated at Approximately 20 Feet Proposed Elevation=978.0 Feet o Approximate Grading=2.0 Feet Cut 120 m a a a C O U OJ O C 17 0 L t/J 01 O C11 C 'o Material boundaries area ruirrtate;in situ.VsnsiGpns may be raduel. a Driller: Plate A.53 Drilling Method:Continuous Flight Augers Log o.Project N B-51 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue o O N c Block 24, Lot 31 Fort Worth, Texas f[ C. Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737700 N While Drilling Not Observed 8-16-21 Longitude At Boring Completion Not Observed 97.579960 W End of Day Not Measured CL a w o Im t N N Y,F N �y.. al C a � a �r c .10D o Cc � o $ o >o C) E Z yE m drn w E Stratum Description z a w _ C d — oa rn m w iaa a a�i a`°i an d o 3 c o Approximate Surface Elevation=979.0 feet O rn a lY a N LL-PL-PI 2 rn o MU FAT CLAY(CH)-brown and tan,with ferrous stains and limestone fragments 4.5+ 16 4.25 88 52-17-35 15 975.0 LEAN CLAY(CL)-tan,with ferrous stains and 5 limestone fragments 4.5+ 90 40-13-27 16 -0.1 114 4,440 4.25 27 4.5+ 22 10 19 3.75 `o 4 d 15 c cs m 9 �1 961.0 o WEATHERED LIMESTONE-tan 50/1" E 2 '959.0 50/'/z' Boring Terminated at Approximately 20 Feet Proposed Elevation=980.0 Feet o Approximate Grading=1.0 Foot Fill m CU iu C O C C 1 .N O7 m C 'o Material boundaries are approximate;in situ,transitions may be gradual. N Driller: Plate A.54 F Drilling Method:Continuous Flight Augers Log ject No. B-52 Pro 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��11 Block 24,Lot 17 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.737000 N While Drilling Not Observed 8-12-21 Longitude At Boring Completion Not Observed 97.579980 W End of Day Not Measured a N o ar d r a p C y EF p a y r O •— p .p .� t p >•— U Z yE U ?� mrn E °' Stratum Description ° o J w a >, a m 0t- r- Q r � a rn rn W Approximate Surface Elevation=962.0 feet �O Cn a a' a in LL-PL-PI 20 to o M c) SANDY FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 17 I 4.5+ 23 61-21-40 7 5 - 4.50 22 956.0 FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 3.50 84 51-15-36 19 4.5+ 23 1 50/1 1 50/Yz" crS m w 944.0 o WEATHERED LIMESTONE-tan,with clay layers 4.5+ 15 M E 2 942.0 Baring Terminated at Approximately 20 Feet i Proposed Elevation=975.0 Feet o Approximate Grading=13.0 Feet Fill is ra M 0 U N d O C 7 L N _O '= MaleyW boundaries area roAmale;in situ,transition nBy be gradual- Driller: Plate A.55 F Drilling Method:Continuous Flight Augers Log Project No. - B-53 2ct 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 28, Lot 18 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.736400 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed e 97.57997'W End of Day Not Measured a n 0 0l d t a a`O+ N N L C d y C a N O �_ O 9•2 o c >,o L) �.. Z :: E V mw E °' ° Stratum Description z �� J w a a m `o 5 =' Q 3 _ _ = a °7 to E ' °' w t— a m u, > �' = c°� E w ma a 0 0 m L 0 3 ir' c o Approximate Surface Elevation=953 0 feet �O rn a IY a rn LL-PL-PI 20 W o c� FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 20 4.5+ 90 64-22-42 22 -tan,with ferrous stains and limestone fragments 5 4.25 20 4.5+ 92 66-18-48 20 3.50 18 1 941.0 WEATHERED LIMESTONE-tan,with clay layers 0 50/1" 50/'/2 B 15 �o U C V G1 O C L O N 50/'/i' E 20 0 933.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=967.0 Feet o Approximate Grading=14.0 Feet Fill a d a m ,3 CU a� a c O d O C l (n C •� Material boundaries are aooroximale:in silu,transitions maybe radual. Driller: Plate A.56 F Drilling Method:Continuous Flight Augers Log I Project No. B-54 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue R�N E Block 28, Lot 29 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735850 N While Drilling Not Observed 8-11-21 Longitude At Soring Completion Not Observed 97.57996'W End of Day Not Measured Q N co, - a ,� N 6 c 6o a 0 dw o — C d 13 t p > — U Z E U d N a E, a Stratum Description `z o a J 3 0 = w 10 NCL ) H R •W Q>, 4 N l7 w Approximate Surface Elevation=944.0 feet �O tan a m a in LL-PL-PI 2 0) o U FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.50 18 4.5+ 91 66-25-41 17 5.6 108 5 4.5+ 13 4.25 23 935.0 WEATHERED LIMESTONE-tan 50/1" 1 D 50/'/i' c 50/'/i' m 15 50/%" m a rn 926.0 o LIMESTONE-gray C E 924.0 50/'/<" PO 50/'/<" Boring Terminated at Approximately 20 Feet Proposed Elevation=954.0 Feet o Approximate Grading=10.0 Feet Fill a m m M m v 0 U U7 O C U 7 L y QI C o Material boundaries are a t—in situ.�ranwtions ma bB adual Driller: Drilling Method:Continuous Flight Augers Plate A.57 Log o.Project N B-55 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location - W. Terminus of Walsh Avenue ✓ Block 28, Lot 32 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.735260 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed CL 97.579950 W End of Day Not Measured - H CD G Im r L O G7 N N N ry„ 5 al _ O_ C a ..N O ._ O d -o,O o c > O L) �•• z dE U drn t E Stratum Description °' z °' w J r a a m rE r- Q Ca d co E > ad. N F— C l�C y > Nl y = V E m w �.0 a vm and o 3 Z' Co Approximate Surface Elevation=940.0 feet 3:O to a IY a UA LL-PL-PI cn C t) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 87 55-25-30 17 938.0 WEATHERED LIMESTONE-tan 50/1 50/0/'/4' 5 50/3/4' 10 50/%" 50/'/2 50/'/4' 2 15 C U Ef d w 922.0 o LIMESTONE-gray 50/'/4' CU E 20 920.0 50/1/4' a) Boring Terminated at Approximately 20 Feet i Proposed Elevation=943.0 Feet o Approximate Grading=3.0 Feet Fill a v mq 4 M a) v c U d O C 4 Material boundaries are aooroximate:in situ,transitions ma be radual. .T Driller: Plate A.58 Drilling Method:Continuous Flight Augers Log Project No. B-56 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 28, Lot 34 Fort Worth, Texas R O N E Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.734630 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed 97.57993°W y M a End of Da Not Measured c a O 01 m L a a`m.w N d N C C c y o a o a= o d >; U Z yE U min a E a Stratum Description o e a 3 0 'E rn e m V! > V E w aa Cam VApproximate Surface Elevation=931.0 feet �O tn a a n LL-PL-PI E cn o LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 87 67-25-42 19 4.5+ 19 927.0 CLAYEY SAND(SC)-brown to tan,with ferrous 5 stains and limestone fragments 4.5+ 25 36-17-19 14 923.0 WEATHERED LIMESTONE-tan 50/11/2" 1 50/3/4' 40 CL 15 50/1/2' U LC I.i Q7 a cI 913.0 o LIMESTONE-gray iu a 50/'/2' E 2 911.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=937.0 Feet o Approximate Grading=6.0 Feet Fill n _m a. _m a Cz iu a C O U 4) O C 0 L fA LA _fl Q7 C 'o Materiel bouWaries are a roxlmale:in silu.Iransitions may be gradual. Driller:Drilling Method: A.59 Method:Continuous Flight Augers Log o.Project N B-57 2ct No. 6 Walsh Ranch Phase 3 PA3W W. Terminus of Walsh Avenue Boring Location RNE ^ Block 28, Lot 38 Fort Worth, Texas V Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.733990 N While Drilling Not Observed 8-11-21 Longitude At Boring Completion Not Observed 97.57992°W End of Day Not Measured C. a a CD �, r r a7 N w 2E Q y C a N O ._ O j 9.2 O C >—Z V E+' Z r N Q E 2 Stratum Description z c ° O1 a J r c a r � ` at >` > m a) w 'w > m 0 E N w m a a m af0i m.a) o 3 Z' c 0 U) Approximate Surface Elevation=922.0 feet 3:O N a W a rn LL-PL-PI 2 rn o c) FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 15 4.5+ 82 58-25-33 14 3.9 109 918.0 WEATHERED LIMESTONE-tan 50/2" 50/1" 5 50/1'/2" 50/%" 10 50/'/=' 50/'/4' 15 8 c c=a m a Q3 Y 904.0 o LIMESTONE-gray 50/'/<" 20 0 902.0 50/'/<" Boring Terminated at Approximately 20 Feet i Proposed Elevation=932.0 Feet o Approximate Grading=10.0 Feet Fill p m 4 N a cc 2 iu C O N O C y Cn O 12 Material boundaries areapproximate:in situ.transitions may be aradual. MnDriller: Plate A.60 Drilling Method:Continuous Flight Augers Log Project No. B-58 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��� Block 13, Lot 9 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.74366°N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed 97.57953°W End of Day Not Measured u CL G C w N o ar d t a CL C y� N y C 2 C c �, o a mr c .0 C d � o > — U Z yE U mrn Stratum Descri5, CL Wption `z odi =e a J o w G WE N " �+ f— c m w > H d 0E w Approximate Surface Elevation=906.0 feet �O vi a W a in LL-PL-PI 2 U)i o �c) LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 40-20-20 10 904.0 CLAYEY SAND(SC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 36 30-18-12 5 0.7 92 5 4.5+ 13 'r 4.5+ 12 898.0 FAT CLAY(CH)-tan,with ferrous stains and limestone fragments 4.5+ 98 52-15-37 17 1 894,0 WEATHERED LIMESTONE-tan LID 0/'/a° 1 890.0 m LIMESTONE-gray 0 ou L O N m i 50/'/4' E 2 T 886.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=914.0 Feet o Approximate Grading=8.0 Feet Fill a m R N co J 2 N N O U N O C 7 L N P C o Material boundaries area >dmate:fn silu L'arrslt{orw he adua[. Driller.Drilling Method:Continuous Flight Augers Plate A.61 Lag o.Project N B-59 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Block 66, Lot 5 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.74300'N While Drilling Not Observed 8-25-21 Longitude At Boring Completion Not Observed CL 97.579520 W End of Day Not Measured r N o Im m = o N rq C Bl E _ a � c (L m o ::N o .0 o O � _ > O V �+' Z ad+E N C N r E 07 Stratum Description z O y E ry i'� � > d 0E M W Ra a w d M m 0 0 Approximate Surface Elevation=926.0 feet �O N a W a in LL-PL-PI 2 y o L) CLAYEY SAND(SC)-brown to tan,with ferrous stains and limestone fragments 4.5+ 12 5 �c 4.5+ 8 922.0 WEATHERED LIMESTONE-tan 50/4" 50/2" 5 50/'/i' 50/'/a' 10 912.0 a S LIMESTONE-gray 50/'/<" CL 15 50/'/<" U C Lam] d] Cu Qr L O N 50/Y<" E 2 10906.0 50/'/<" Boring Terminated at Approximately 20 Feet w Proposed Elevation=920.0 Feet o Approximate Grading=6.0 Feet Cut m ca iu -o .N 0 U f O C 3 i t as c " Material boundaries areapproximate:in situ.transitions may be radual. A Driller: Plate A.62 F Drilling Method:Continuous Flight Augers Log Project No. � B-60 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue C Block 66, Lot 1 Fort Worth, Texas G Latitude Water Level Observations(feet) Date E N G I N E 7ER I N G 32.742370 N While Drilling Not Observed 8-25-21 _ Longitude At Boring Completion Not Observed 97.57947'W End of Day Not Measured Q N = a a N N N N N C C G F ' d0 a dr . .2'= O a >•— U Z yE U mw a T a Stratum Description `z o a J 3 e _ m E > an d o � o y m _ D a rn W Approximate Surface Elevation=938.0 feet �O Cn a tY a a. 'm LL-PL-PI E to a V FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4 5+ 9 4.5+ 27 5 3.75 72 72-14-58 24 2.8 79 932.0 WEATHERED LIMESTONE-tan i 50l'/<" 10 50/'/2 924.0 LIMESTONE-gray 50//2' 01 15 50/1/4" U C U N O O N L O N E 20 '918.0 50//<" a) Boring Terminated at Approximately 20 Feet zS Proposed Elevation=931.0 Feet o Approximate Grading=7.0 Feet Cut v 2 a. CU 2 a C O U N O C 7 L fn (91 C 0 Wterial boundaries Eire te:M situ•transitions nmy be gracfuar Mn Driller: Plate A.63 Drilling Method:Continuous Flight Augers Log o.Project N B-61 2ct No. 6 Walsh Ranch Phase 3 PA3W W. Boring Location Terminus of Walsh Avenue ��� Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.741720 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.579470 W End of Day Not Measured a N o >r d t Q N N N d N C L C E L a w y G �= G H C > O U « Z E t E Stratum Description z a Q J a �, a m � �, o � � d — o °. rn m w Ma a m m M d o 3 �` c o rn O to a W m Fo LL-PL-PI E cn a U Not Drilled-Inaccessible 0 m m s� m 0 rn t 0 C E L_ E 0m L ID H OJ N 0 U O C �N1 cn r Material hqundaries areapproximate:in situ transitions may be gradual. R y Driller: Plate A.64 Drilling Method:Continuous Flight Augers Log Project No. B-62 1 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas R O N5N)G Latitude Water Level Observations(feet) Date E N G I N E E R 32.741050 N While Drilling Not Observed Longitude At Boring Completion Not Observed a 97.57944°W I End of Day Not Measured a y CDIM d L a a C y N 0 w r C p c d o a y w 0 .2= 0 df -0.2 o >; C) z y E cU ?1 m w E °' Stratum Description �° o �� w J G E w :: °' ° °' 'rn > w d 0 m m� I— c m w y 3 �` c o w O vi a M a in LL-PL-PI M v) 0 c) -Not Drilled-Inaccessible 0 _m r� 'c �i L O N M E N E O b N N C O U N O C U 7 L N O O Dl C .o Mslenal boundanes are a oximate;in situ,trsnw ons rrwiy ba AraduW. N Driller. Plate A.65 F Drilling Method:Continuous Flight Augers Log Project No. B-63 21-25426 Walsh Ranch Phase 3 PA3W ;- Boring Location W. Terminus of Walsh Avenue Block 63, Lot 16 Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R I!G 32.740490 N While Drilling Not Observed 8-20-21 Longitude At Boring Completion Not Observed e 97.579"'W End of Day Not Measured r w 0 of d L a a7 vl N y Y C Bl l C $ c �. > o va. d., Z Y, E t� 3: du, E StCL ratum Description z S a JCD I c w ° a ma1°i �w o 3 Z' � O Approximate Surface Elevation=942.0 feet O Na.it a rn LL-FL-PI 2 rn o :3 U FAT CLAY(CH)-brown to tan,with ferrous stains and limestone fragments 4.5+ 80 51-21-30 20 940.0 _ WEATHERED LIMESTONE-tan 50/11/2" 50/1" 5 50/Yz' 50lY4' 10 929.0 LIMESTONE-gray o 50/'/z" _ 15 50/'/4' as Ss m t 0 50/'/4' CU E 20 922.0 50/'/4' Boring Terminated at Approximately 20 Feet Proposed Elevation=962.0 Feet o Approximate Grading=20.0 Feet Fill M n 0 n 0 N m C — Material boundaries area roximate;in situ transitions may be radual- Driller: Plate A.66 Drilling Method:Continuous Flight Augers Log — �iProject No- Walsh Ranch Phase 3 PA3W B-64 21-25426 �f W. Terminus of Walsh Avenue RO N E Boring Location Fort Worth, Texas Block 61, Lot 19 -pate ENGINEERING Latitude Water Level Observations(feet) 32.739850 N While Drilling Not Observed 8-20-21 w Longitude At Boring Completion Not ObservedLo y a 97.57942°W End of pay Not Measured c w r a � �N � N C � _ m CL �' ua o a _ v w c Np E,•�Z Y, E 3 d $ T �Y V !_ r v Stratum Description z ° _' a J _ a �. a m :: vi H aM m y w—p 3 Z co o da. rn W Approximate Surface Elevation=948.0 feet O (n a W (L in LL-PL-PI v� o v LEAN CLAY(CL)-brown to tan,with ferrous stains and limestone fragments 4.5+ 21 4.5+ 12 3-25 80 40-15-25 15 -0.1 116 5 942.0 FAT CLAY[Cti] tan,with ferrous stains and limestone fragments 4.5+ 24 4.5+ 100 85-35-50 33 1 937.0 WEATHERED LIMESTONE-tan 935.0 LIMESTONE-gray 50/'/z' 2 50/'/4' L' 15 m U m 0 m L O 50P/4' 50/'/4' E 2 mately 20 Feet 928A Baring Terminated at Approxi y Proposed Elevation=971.0 Feet B Approximate Grading=23.0 Feet Fill 0 -o ai m m d N 13 a N N .N C O U N O C V 7 L N 01 Mal - boundaries area rrnerrrate:in s>lu.transiti4n6 ma 6e radual. pp N Driller: 5'�ate A, Drilling Method:Continuous Flight Augers Log Project No B-65 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ��N E Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739170 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.579400 W End of Day Not Measured o a a O 01 « L N N G7 N d aN. C 01 C a y c a „4 c a — U m H 2 Stratum Description z �� J w y T Q j y d C N N w Q N p C. m M w M.0 a a�i4)i rod 0 3 Z co u) O to a0: a cn LL-FL-PI to G c� Not Drilled-Inaccessible r 0. [7 .L� G7 a L O N C E d L_ E 0 v m L° n N a Co m 0 a 0 C 7 `N (J1 C Material boundaries areapproximate:in situ,transitions rnaV be gradual. _..,.�.� .._ g Driller Plate A.68 Drilling.Method:Continuous Flight Augers Log Project No. B-66 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas RONE Latitude Water Level Observations[feet] Date E N G I N E E R I N G 32.73841° N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.579400 W End of Day Not Measured CL H O IM d L a CF = O'~ 6 .O�= O 'd O a (n r1n0 DE Stratum o J oCL Vy C M0 > L E Mu • .0a a aC �O i w i LL-PL-PI o o L) Not Drilled-Inaccessible 8 'c Q L O N M E L_ E CL mL N N N U C O U U7 O C U 7 L N O] C 'o Material bmdarles are rwdr le;in situ,trart0ons may be gradual, Ln Driller: Plate A.69 F Drilling Method:Continuous Right Augers Log Project No. B-67 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� NE Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E VNG 32.743700 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.578670 W End of Day Not Measured CL w o a� t 0 a7 N r N M U) = D1 O. y O IL N O .2= O N O c c > o U E~ Z :: E Stratum Description z °' J ` y J rE c' a r C � a y tEo w M a a a) w M A 0 3 a 0 3:O ti a M a to LL-PL-PI E cn o n U Not Drilled-Inaccessible r a m m a a L O N M E L_ E 2 15 mCY L C1 N M N N .N 0 U O C `.may C 'o Material boundaries area roximate:in situ,transitions may be radual. N Driller: Plate A.7� Drilling Method:Continuous Flight Augers Log Project No. B-68 21-25426 Walsh Ranch Phase 3 PA3W /Il• Boring Location W. Terminus of Walsh Avenue R p N E 4 Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.743050 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.578650 W y =_ Q End of Da Not Measured rn o c a C• IM °. y� N Z d C Cw ° 90C -E or- w p 0 E c) d N a Stratum Description CL N vM N F- N > E rn W a. ° j Not Drilled-Inaccessible �O (n a w a n LL-PL-PI M to o M N r m i3 'c 0 m 0 a+ L O N E E 0 n ? m `m u LD M a C O U N O C J L to O] _QO C C Material boundaries are a 'mate:In situ.lransiiiom nay be raduml_ O a Driller: Drilling Method:Continuous Flight Augers Plate A.71 Log o.Project N B-69 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ���VG Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R 32.742410 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57863°W End of Day Not Measured o a a ) t d N r N ai C al = a m o a r c .a._ o 9 0 C ~ c > U Z y E U d w t E r Stratum Description z o r- C a J a >, a M CL m ° m 'w > '� m c°� E rn m W MM a aa) 4)i my 0 3 co U) 3�O to a a rn LL-FL-PI E to a Q Not Drilled-Inaccessible LD m U Q1 a L O U7 E N N E O W 71 m d N O7 N C U O C m Material boundaries are aooroximate;in situ,transitions ma be radual. a Driller: Plate A.72 Drilling Method:Continuous Flight Augers Log Project No. B-70 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ Fort Worth, Texas V Latitude Water Level Observations[feet} Date E N G I N E E R I N G 32.741730 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.578580 W End of Day Not Measured a y O a O IM w L Q _ y� CV yw C C c d o a �« o .0 C d e� t >•— U Z y E U p ur W a E a Stratum Description `z o m07 y H cM N > m 5E �a m rn w 3 O M a W a in LL-PL-PI 2 Cn o V -Not Drilled-Inaecessible 0 m C U O L O U7 a M E B L_ E q U1 CU N N .N O U N O C 17 J L N CI _O m C '0 Matenai boundaries are appmximatei rn situ.uansitiores ma be radial. a Driller: Plate A.73 F ❑rilling Method:Continuous Flight Augers Log o.Project N B-71 2ct No. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� Fort Worth, Texas Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.741070 N While Drilling Not Observed Longitude At Boring Completion Not Observed e 97.57859°W End of Day Not Measured = a n O ;; L a y y N y.y. C En C o >o V �.. Z YE U drn a E a Stratum Description c °O1 C_ ¢J = a 0 o c y T > Y N d 9 y > ur N fC7 E C N m °' a a a�i a10i rya.01 0 3 Z` c o to w �O to a W a rn LL-FL-PI 2 rn a :3 c) -Not Drilled-Inaccessible C m U C V Q1 0 O+ L O N >_ N L_r C aO Q1 m v m v C1 a0 v C U O C 7 -- 5 CA C Material boundaries area oroximale:in situ,transitions rnaV be gradual. _.. Driller: Plate A.74 t- Drilling Method:Continuous Flight Augers Project No. i B-72 21-25426 Walsh Ranch Phase 3 PA3W Log - Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas RO N E Latitude Water Level Observations(feet) Date - E N G I N E E R I N G 32.740510 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57859'W End of Day Not Measured CL c a 0 0> �; t T C '~ N .O�= o .0 o o d o IL w r c -o.- t a o > - U z d E V � d w E 2 St0. ratum Description i� � o a J d N rn W O vai a W a in ILL-PL-PI 2 rn o c) -Not Drilled-Inaccessible 0 d E n 0 �a L O N E t E O a _m M a m a� v C O U N O C 7 L N 61 C 0 Matenal boundaries area ox rtrale:6z s13u.Iransitiorrs To be gradual. N Driller: Plate A.75 Drilling Method:Continuous Flight Augers Log Project No. B-73 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue �� Fort Worth, Texas NE Latitude Water Level Observations(feet) Date E N G I N E E R I N G 32.739880 N While Drilling Not Observed Longitude At Boring Completion Not Observed CL 97.57860°W End of Day Not Measured o = a p al r L y y N y Ia C P C o a o 0 M— o � c >� V d« Z mE U min r Stratum Description z o °' �� =J w m T a M y y C y o n d Q w — c a o y rn w ;�.0 a. and and o 3 C0 �O v� a IY a in LL-PL-PI 2 vJ -Not Drilled-Inaccessible a m m u V w 0 rn t 0 a� E m L_ E 2 m m CL w M C O C 1 m U) C 0 Material boundaries are a rozimets;m situ Iransltions may be gradual. Driller: Plate A.76 Drilling Method:Continuous Flight Augers Log n2l B-74 426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue ^ ONG Fort Worth, Texas R V Latitude Water Level Observations(feet) Date E N G I N E 32.73918' N While Drilling Not Observed IIJ Longitude At Boring Completion Not Observed 97.57855°W End of flay Not Measured aCD C N O iA N L a a N r N� U O? m C � arOc o aaw c -oo a ' O � y E o � E Stratum Description i cm > ° � a0 E m w d w w I- C to 0 > Z 3 �' C O cn w O Cn a� a u) LL-PL-PI 2 vn o M c) Not Drilled-Inaccessible r a m i� c m 0 rn r 0 iu E 9D r E 0 v m 2 a Ca `m v 0 0 a) n 0 C 3 L N O7 O O1 C 'o Material pp�nd8rles area imai9:in siW,4YarLStllon8 mg 6e radual. N Driller: Plate A.77 F Drilling Method:Continuous Flight Augers Log Project No. B-75 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue A Fort Worth, Texas V NE Latitude Water Level Observations(feet) Date E N G I N E 9�NG 32.735300 N While Drilling Not Observed Longitude At Boring Completion Not Observed e 97.57940°W End of Day Not Measured ° o d t a CD rn y N to CCL C $ T NO a N.N., O '•E V dw a EE Stratum Description ` z ~ 61 a_ ¢J M CD a 0 c C N IEO > an d F- C M •Vi w N .O N V E to W �O (n a. a w a O LL-PL-PI 2 U)i G v Not Drilled-Inaccessible a m m U G V N O L O N E N L_ E CL N l9 f0 N N N N 13 O U O C O O C Material boundaries area roximate;in situ,transitions may be gradual. 7.a Driller: Plate A.78 Drilling Method:Continuous Flight Augers __. Log Project No. B-76 21-25426 Walsh Ranch Phase 3 PAM Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas Latitude Water Level Observations(feet) Date a N G I N E ONG 32.73465°N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57939°W End of Day Not Measured a c a _ a _ y� w y U c of c C m o a air o f V d >= U Z y._ m rn Q E a Stratum Description ` z o a J 3 a E d y M a) Rw i- CM M > n N V E Co w �O tan a0� a in LL-PL-PI � w o �toj -Not Drilled-Inaccessible 0 w m m 0 a L O N E N L_ E O Y R M N N U N N C O U N 2 O C a 0 L UJ C { Material Mundanes are a mate:rn s€tu.transitions may tie qmduai. 0 -0 Driller: Drilling Method:Continuous Flight Augers Plate A.79 Log o.Project N B-77 2cto. 6 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas RONE Latitude Water Level Observations(feet) Date E N G I N E E R 5NG 32.739900 N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.577790 W End of Day Not Measured ° n 0 of „ t •O.. C y z `ON a+ C O O zt e _ -O,C�O �,� E Z d N N r °dM Stratum Description 2 a C C O'O. O � O O wM � 0d o3 o i M CL C Nto 3.0 rn a a to LL-PL-PI 2 rn G 0 -Not Drilled-Inaccessible O tl1 �i U m yOy1 ❑1 t O N M E _N N E O C0 N N C O O C l O " Material boundaries are ao roximate:in situ,transitions rnaV be graduaL M Driller: Plate A-$n Drilling Method:Continuous Flight Augers Log Project No. B-78 21-25426 Walsh Ranch Phase 3 PA3W Boring Location W. Terminus of Walsh Avenue Fort Worth, Texas R O N E Latitude Water Level Observations(Feet) Date E N G I N E E R I N G 32.73916°N While Drilling Not Observed Longitude At Boring Completion Not Observed 97.57771°W End of Day Not Measured a C C N � = a Im CD w s o o oc m« tm -oo Z :E CD sw E a= a Stratum Description z o o N o = e aE N O vi a W a w LL-PL-PI 2 rn a t� Not Drilled-Inaccessible Boring Terminated at Approximately 0 Feet 12 `m U m D L O U7 E N t O W� ya N U N N C O U N d O C a 0 L fn m O Maww boundaries are s rOwmats:in S41LP.iransilions may be gradual. Driller: -Drillin Method:Continuous Flight Augers Plate A.81 SOIL OR ROCK TYPES RONE Undocumented Fill : Well-Graded Sand (SW) ENGINEERING LoLean Clay (CL) Clayey Sand (SC) DRILLING AND SAMPLING METHODS Gravelly Lean Clay (CL) Eu Well-Graded Gravel (GW) X0 Fat Clay (CH) — Marl 'Shelby Split Texas ___-- Tube Spoon Cone ° Gravelly Fat Clay (CH) _== Weathered Shale Pen Clayey Gravel (GC) Shale Silt (ML) Weathered Limestone Poorly-Graded Sand (SP) Limestone CFA HSA Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No 200 Sieve) Consistency Penetrometer Reading, (tsf) Unconfined Compression, (psf) Very Soft <0.5 <1000 Soft 0.5 to 1.0 1000 to 2000 Firm 1.0 to 2.0 2000 to 4000 Hard 2.0 to 4.0 4000 to 8000 Very Hard >4.0 >8000 Coarse Grained Soils (More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (Blows I Foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate;generally nodular Slickensided Having inclined planes of weakness that ate slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks,sometimes filled with fine sand or silt Interbedded Composed of alternated layers of different soil types,usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand;corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife;cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material;Quartz,calcite,dolomite,siderite,and iron oxide are common cementing materials. agree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency,texture,and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.82 Major Divisions Grp. Typical Names Laboratory Classification �- Sym. Criteria p^IN N E (1) �, Well graded gravels, E N G IN E E R I N G mc GW gravel-sand mixtures, o Cl) D c>o o little or no fines a )Z > o ^ C C�--o greater than 4: C�-----between 1 and 3 ) 0 .N ° Poorly graded ravels m q° D x Dfi0 co �, a, a� Y 9 9 , o � U = GP gravel-sand mixtures, E2 C) v, N > o Not meeting all gradation requirements ` _Q) little or no fines Zp > cn ai _� o for G W " ° .C! Cn o z N Silty gravels, gravel - " w co U) a Liquid and Plastic limits Liquid and plastic �o a C (V � GM sand - silt mixtures N AR � 2 @ below "A" line or P.I. limits plotting in � °' CO r C o greater than 4 hatched zone _ CD � cCo co — between 4 and 7 CL C 2 Liquid and Plastic limits are borderline C7 _ Clayey gravels, gravel E ca ° > ¢ ❑ GC '- �? cs above "A" line with P.I. cases requiring use a m - sand - clay mixtures = °7 greater than 7 of dual symbols c� C7 Cn Co E m U Well graded sands, `M L z } O ^ SW gravelly sands, little or -c c c C= D6° greater than 6: C=------between 1 and 3 0 .N N °c no fines � U p° c 1 D60 -C w C: L C . Poorly graded sands, N ° Not meeting all gradation requirements U Sp gravelly sands, little L le or En o " m a ° no fines a ° L 0 + for SW CL ° SCO n Z m u' rV OCl N a �' SM Silty sands, sand silt m U a Liquid and Plastic limits Liquid and plastic c mixtures L �, y cc a below"A" line or P.I. limits plotting CL `� less than 4 between 4 and � `—' v O 0 'D rn a] ;=0 U)a ° are borderline o W Q o Clayey sands, sand E 's' Liquid and Plastic limits cases requiring use co E E Sc clay mixtures ' a above "A" line with P.I. of dual symbols co M o o �6 greater than 7 Inorganic silts and very fine sands, rock flour, silty or a ML clayey fine sands, or clayey 60 (/) o silts with slight plasticity U •— o E 'n Inorganic clays of low to N _0m CL medium plasticity, gravelly o en 5 clays, sandy clays,silty 50 z = crclays, and lean clays CH C If) t Organic silts and organic y OL silty clays of low plasticity w 40 Co z a) Cn Inorganic silts, micaceous (n FMHor diatomaceous fine sandy c) 30 M or silty soils, elastic silts a 0 OH and MH U Cx c O "= uo Inorganic clays of high 21 -7 U_ a) m E C: CH plasticity,fat clays 4-- = CL O U) 10 _J OH Organic clays of medium to high plasticity, organic silts CL_ C m ML and,OL s 0 0 10 20 30 40 50 60 70 80 90 100 O M o Pt Peat and other highly E = O U) organic soils LIQUID LIMIT PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.83 SWELL TEST RESULTS Walsh Ranch Phase 3 PA3W West Terminus of Walsh Avenue Fort Worth, Texas Rone Project Number: 21-25426 tN LlquW P`je astic ty Initial MC i Final MC L*ffd e'i1 ( � �.� { LWA l.Irnit � liiti.cx 1 B-2 3 66 20 46 23 27 375 3.2 B-4 5 34 19 15 16 23 625 0.2 B-9 3 40 19 21 16 22 375 0.5 B-13 5 40 16 24 14 18 625 2.7 B-16 3 51 21 30 11 27 375 0.1 B-17 5 66 18 48 23 26 625 2.8 B-18 3 52 19 33 13 23 375 5.9 B-20 7 48 19 29 21 33 875 0.2 B-21 7 65 20 44 20 22 875 3.1 B-31 7 #N/A #N/A 17 18 875 0.0 B-32 7 53 21 32 26 29 875 0.0 B-35 5 58 16 43 18 22 625 3.7 B-37 7 65 20 45 25 27 875 0.0 B-38 7 71 29 42 30 35 875 3.0 B-41 5 38 17 22 14 17 625 0.0 B-48 7 49 19 30 20 24 875 0.3 B-51 5 40 13 27 21 23 625 0.0 B-54 3 66 25 41 18 24 375 5.6 B-57 3 58 25 33 15 20 375 3.9 B-58 3 30 18 12 7 21 375 0.0 B-60 5 72 14 57 23 28 625 2.8 B-64 5 40 15 25 15 18 625 0.0 PLATE A.84 SOLUBLE SULFATE TEST RESULTS Walsh Ranch Phase 3 PA3W N. Intersection 1-30 and 1-20 Fort Worth, Texas Rone Project Number: 21-25426 soft f p' tJ Sulfates(pp.m) B-7 2-4 <100 B-11 0-2 <100 B-19 4-6 3,600 B-36 0-2 <100 B-49 2-4 2,187 PLATE A.85 8908 Ambassador Row, Dallas,Tx 75247 Texas Engineering Firm Registration, No. F-1572 RONECorporate Phone: (214)630-9745 EARTHWORKS RECTM Compaction Design Report eject Number: 21-25426 Fill: Foundation Report Number: 25426-01 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 96%Compaction on Construction Curve t Min % of Max Dry Density 96% DQ�Side' Wet Side' Tolerance Resilient Modulus Method AASHTO (%) 10.3 14.0 ±1% MC Compacted Fill Property Requirements y(Ibs/ft3) 116.0 116.0 f2% Air Voids Percentage 7.1% S (/o) 63.3 86.6 f3% Factor of Safety 1.8 a 0.43 0.43 t3/o Na (%) 11.1 4.0 f3% Design Compaction Conditions w Potential (%) +6.0 +2.2 f3% Loose Lift Thickness (in) 9 UCS (Ibs/ft2) ASTM D 2166 4,976 4,260 ±20% Compactor CAT 563 Dynamic High c(Ibs/ftz) ASTM D 2850 1,485 1,382 ±10% USCS Classification SC Ranges 0(e) ASTM D 2850 28 24 ±10% Specific Gravity 2.66 2.66-2.71 Free Swell (%) ASTM D 4546 2.1 1.0 ±25% Liquid Limit(%) 33 31- 35 CBR* (%) Soaked 1.0 4.6 ±10% Plasticity Index(%) 15 13 - 17 CBR* (%) Unsoaked 44.5 7.9 ±10% Plastic Limit(%) 18 Res Mod (Ibs/in2) Soaked 1,512 6,758 ±10% % Fines (Passing #200) 40 38- 42 Res Mod (Ibs/in2) Unsoaked 28,977 9,556 ±10% Gravel (Retained #4) 3 2- 17 Sand (Passing #4) 57 41 - 60 Construction Control Specifications cor,sc cuv Minimum %of Maximum ry D�sn I_tY_ Construction Curve 96% Wet-of-Optimum- Moisture Range r 96o1a 125 11.7% - 14.0% (f1% MC) Lift Construction Curve Minimum # of R Il r Passes (r1= 11_ E. 7 (Equiv.4 roundtrip passes,full lift coverage required) 1. = 120.8 fbsJfr3+ Compaction curves should be obtained 120 = regularly with changes in material index properties and upon change in color or + texture for effective construction control. 5 4G�k com�actiau_ -- -- •___ __ _ ___ -� lI6IbsJf� 7• � M-D probe depths should be centered on 115 v j the center of the compacted lift. t c and O-Unsaturated triaxlal test,total stress soil parameter. ++++ UCs-Unconfined Compressive Strength. �. Measured values include m,y,UCS,c,m Free Swell,and CBR (soaked and unsoaked). Calculated values include S,e,Na,a)1 1 ` ++ Potential,and Resilient Modulus(soaked and unsoaked). ++• Wet side permeability in field not factored in Free swell test condition. + * CBR based on field compacted state. 105 gF 1 1 Properties represent average values. I ] _ = Soil Sample Date: 8/11/2021 _ = Loc: On-site = Desc: Upper-bound, full soil range 1C'r' 'iI.756 �14.: F. 19 15 cfl -- Authorization By: Moisture Content-w ffc) Print Name: Graphics powered byMathematica Date,, Firm Reg.#: use of this compaction Design Report('CDR")is subject to all copyrights and shaft comply with the terms and conditions of all software licenses applicable to the generation or this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift("Ffln and Project,and the use of this CDFt for any other use or PIT lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stared in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rene Engineering services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(®)and nonregistered trademark designatIms['"], Version:2.31.1-7.2 8908 Ambassador Row, Dallas,Tx 75247 R O N E Texas Engineering Firm Registration, No. F-1572 Corporate Phone: (214)630-9745 EARTHWORKS RELTM Compaction Design Report Project Number: 21-25426 Fill: Foundation Report Number: 25426-02 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95%Compaction on Construction Curve t Min %of Max Dry Density 95% Resilient Modulus Method AASHTO o Dr Si del Wet Side' Tolerance co (/o) 11.4 15.6 t1% MC Compacted Fill Property Requirements y (Ibs/ft3) 111.9 111.9 f2% Air Voids Percentage 7.1% S (%) 61.7 84.4 f3% Factor of Safety 1.4 e 0.50 0.50 t3% Na (%) 12.7 5.2 t3% Design Compaction Conditions w Potential (%) +7.1 +2.9 f3% Loose Lift Thickness (in) 9 UCS (Ibs/ft2) ASTM D 2166 6,316 5,807 ±20% Compactor CAT 563 Dynamic High c(Ibs/ftz) ASTM D 2850 1,927 1,961 ±10% USCS Classification CL Ranges 0 (°) ASTM D 2850 27 22 ±10% Specific Gravity 2.68 2.66 - 2.71 Free Swell (%) ASTM D 4546 2.6 1.4 ±25% Liquid Limit(%) 40 38- 42 CBR* (%) Soaked 1.0 3.5 ±10% Plasticity Index(%) 21 19 - 23 CBR* (%) Unsoaked 32.9 7.9 ±10% Plastic Limit(%) 19 Res Mod (Ibs/in2) Soaked 1,496 5,205 ±10% Fines(Passing #200) 55 52- 58 Res Mod (Ibs/in2) Unsoaked 23,914 9,597 ±10% % Gravel (Retained #4) 3 2 - 13 % Sand (Passing #4) 42 29- 46 Construction Control Specifications mot.Cur'- Minimum %of Maxi Maximurn Dry D n i 125 Construction Curve 95% Wet-cf-Ontirnum Moisture RanQe for 5% 12.9% - 15.6% (f1% MC) 12U Lift Construction Curve w_12.99•1 _Mimmum # Qf RollerPasses 'l': 117.7 lbs/143 7 (Equiv.4 roundtrip passes,fulllilt coverage required) Compaction curves should be obtained regularly with changes in material index I properties and upon change in color or z• I texture for effective construction control. 95KE campacrion--------- _____ M-D robe depths should be centered on 110 111.9 lbs�`fr3 the center of he compacted lift. +,•++ t c and m-Unsaturated triaxial test,total stress soil parameter. I = ++ UCS-Unconfined Compressive strength. ( _ •.` Measured values include a,y,UCS,c,m Free Swell,and CBR • (soaked and unsoaked). Calculated values include S,e,Na,ra 105 I I '+, Potential,and Resilient Modulus(soaked and unsoaked). I Wet side permeability in field not factored in Free Swell test I condition. f * CBR based on field compacted state. 1 Properties represent average values. 100 2 I Soil Sample Date: 8/11/2021 Loc: On-site Desc: Upper-bound, predominant soil range 9E ;J2.9% ;I5_6 c 1° 1° 20 Authorization By: Moisture Content=a) (I'fc) Print Name: Graphics powered byMathematica Date: Firm Reg.#: Use of this Compaction Design Report("CDR' is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift(Fill' and Project,and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rone Engineering Services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(®)and non-registered trademark designations(TM) Version:2.31.1-7.2 PLATE A.68b 8908 Ambassador Row, Dallas,Tx 75247 Texas Engineering Firm Registration, No. F-1572 RONECorporate Phone: (214)630-9745 E A R T H W O R K S RECTM Compaction Design Report Dject Number: 21-25426 Fill: Foundation Report Number: 25426-03 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 96%Compaction on Construction Curve t Min % of Max Dry Density 96% Dry Side! Wet Side' Tolerance Resilient Modulus Method AASHTO co (%) 20.7 24.3 ±1% MC Compacted Fill Property Requirements y(Ibs/ft3) 94.6 94.6 f2% Air Voids Percentage 7.1% S(%) 71.9 84.2 f3/o Factor of Safety 1.0 e 0.78 0.78 f3% Na (%) 12.3 6.9 f3% Design Compaction Conditions co Potential (%) +8.1 +4.6 f30% Loose Lift Thickness(in) 9 UCS (Ibs/ftz) ASTM D 2166 3,619 3,524 ±20/o Compactor CAT 563 Static c(Ibs/ftz) ASTM D 2850 1,226 1,371 ±10% USCS Classification CH Ranges 0 (o) ASTM D 2850 22 14 ±10% Specific Gravity 2.69 2.66 - 2.71 Free Swell (%) ASTM D 4546 5.5 2.0 ±25% Liquid Limit(%) 78 76- 82 CBR* (%) Soaked 0.5 2.4 ±10% Plasticity Index (%) 52 50 - 54 CBR* (%) Unsoaked 13.6 3.3 ±10% Plastic Limit(%) 26 Res Mod (Ibs/in2) Soaked 781 3,627 ±10% Fines(Passing #200) 99 98- 99 Res Mod (Ibs/inz) Unsoaked 13,584 4,931 ±10% % Gravel (Retained #4) 0 0- 0 %Sand (Passing #4) 1 1 - 2 Construction Control Specifications 110 CoWt.cun-e Minimum % of Maximum DLy Dens] y -- ZA '`•� Construction Curve 96% Wet-of- ptimum Moisture—Ran -qg for 96°Ig 105 �. • 21.8% - 24.3% (f1% MC) Minimum # of RolLer Pas5e5 Lift Construction Curve 8 (Equiv.4 roundtrip passes,full lift coverage required) too :21-8c/. Compaction curves should be obtained _ 98.5 lbs/ft, regularly with changes in material index properties and upon change in color or ! texture for effective construction control. 95 96%compaction__ __ _ _ � ______ M-D probe depths should be centered on 94-6 tbslft' -� ^' the center of the compacted lift. t c and m-Unsaturated triaxial test,total stress soil parameter. '. UCS-Unconfined Compressive Strength. — 90 ! ! ` Measured values include ra,y,UCS,c,m Free 5well,and CBR I I (soaked and unsoaked). Calculated values include 5,e,Na,ra Potential,and Resilient Modulus(soaked and unsoaked). i I Wet side permeability in field not factored/n Free Swell test I ! condition. 85 ' ! * OR based on field compacted state. I I Properties represent average values. Soil Sample Date: 8/11/2021 ! ! Loc: On-site Desc: Lower-bound, full soil range l21-8%, i24. % -'F Authorization By: '_4loistore Content- W f`c) Print Name: Graphics powered byMathematica Date: Firm Reg.#: ..ra of this Compaction Design Report(CDR' is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift("Fill' and Project,and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rone Engineering Services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(®)and non-registered trademark designations(11). Version:2.31.1-7.2 PLATE A.68c 8908 Ambassador Row, Dallas,Tx 75247 RO N E Texas Engineering Firm Registration, No. F-1572 Corporate Phone: (214)630-9745 EARTHW O R K S RECTM Compaction Design Report Project Number: 21-25426 Fill: Foundation Report Number: 25426-04 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95%Compaction on Construction Curve t Min % of Max Dry Density 95% pry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 9.7 14.4 t1% MC Compacted Fill Property Requirements y (Ibs/ft3) 115.3 115.3 ±2% Air Voids Percentage 6.6% S (%) 57.9 85.7 t3% Factor of Safety 1.5 a 0.45 0.45 t3% Na (%) 13.1 4.4 t3% Design Compaction Conditions w Potential (%) +7.1 +2.4 t3% Loose Lift Thickness(in) 10 UCS (Ibs/ft2) ASTM D 2166 7,826 7,182 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 2,393 2,431 ±10% USCS Classification CL Ranges O (o) ASTM D 2850 27 22 ±10% Specific Gravity 2.68 2.66- 2.71 Free Swell (%) ASTM D 4546 8.8 2.6 ±25% Liquid Limit(%) 40 38- 42 CBR* (%) Soaked 1.1 3.7 ±10% Plasticity Index(%) 21 19 - 23 CBR* (%) Unsoaked 37.3 8.4 ±10% Plastic Limit(%) 19 Res Mod (Ibs/in2) Soaked 1,693 5,617 ±10% % Fines(Passing #200) 55 52- 58 Res Mod (Ibs/in2) Unsoaked 25,879 10,008 ±10% % Gravel (Retained #4) 3 2- 14 %Sand (Passing #4) 42 28- 46 Construction Control Specifications 1 ZAVIMinimum n/ of Maximum Densily Construction Curve 95% 125 +•' Wet-of-Optimum Moisture Range For 95% Lift Construction Curve 11.4% - 14.4% (:f1% MC) w:11-4`4e• Minimum # of Boller Passes ,y : 121-41bs/ftl + 11 (Equiv.6 roundtrip passes,full lift coverage required) + 120 Compaction curves should be obtained regularly with changes in material index 77, properties and upon change in color or 95yf com�activn- texture for effective construction control. "s 11�_31bs/ft' r I M-D probe depths should be centered on n j E the center of the compacted lift. f +`• t c and m-Unsaturated triaxial test,total stress soil parameter. `+ UCS-Unconfined Compressive Strength. 110 3 `+ Measured values include o,y,UCS,c,0,Free Swell,and CBR (soaked and unsoaked). Calculated values include 5,e,Na,W i • Potential,and Resilient Modulus(soaked and unsoaked). Wet side permeability in field not factored in Free Swell test condition. 105 t I * CBR based on field compacted state. I 1 Properties represent average values. � I t Soil Sample Date: 8/11/2021 j Loc: On-Site 10° i Desc: Upper-bound, predominant soil range -- 11.4% ;14,4% 1° 15 —'° Authorization By: Moisture Content, w Print Name: Graphics powered byMathematica Date: Firm Reg.#: Use of this Compaction Design Report("CDR')is subject to all copyrights and shall comply with the temu and conditions of all software licenses applicable to the generation or this feW- This CDR maybe f used in pradke solely for design analysis purpose;for the above fill lift CFf l')and Project,and the use of this CDR for any other use or fill lift other than that rill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well compacted Iffts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrie4 system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted In writing by Rone Engineering Senores,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(t&)and nonregistered trademark designations Version:2 31A-7.2 PLATE A.86d 8908 Ambassador Row, Dallas,Tx 75247 Texas Engineering Firm Registration, No. F-1572 RO N E Corporate Phone: (214)630-9745 EARTHWORK 5 RE Compaction Design Report eject Number: 21-25426 Fill: Foundation Report Number: 25426-05 Project Name: Walsh Ranch Phase 3 PA3W Remarks: Subgrade Reconstruction Report Date: 9/10/2021 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95%Compaction on Construction Curve t Min % of Max Dry Density 95% Dry Side! Wet Side' Tolerance Lab Reference Standard ASTM D 698 (SP) co (oho) 14.8 18.9 ±1% MC Resilient Modulus Method AASHTO y(Ibs/ft3) 104.4 104.4 f1.8% Compacted Fill Property Requirements S (%) 65.5 83.7 t3% Air Voids Percentage 6.6% a 0.61 0.61 t3% Factor of Safety 1.1 Na (%) 13.0 6.1 t3/o co Potential (%) +7.8 +3.7 f3% Design Compaction Conditions UCS (Ibz/ftz) ASTM D 2166 6,185 5,932 ±20% Loose Lift Thickness (in) 10 c (Ibs/ft ) ASTM D 2850 2,023 2,225 ±10% Compactor CAT 815 0 (o) ASTM D 2850 24 16 ±10% USCS Classification CH Ranges Free Swell (%) ASTM D 4546 13.1 4.5 ±25% Specific Gravity 2.69 2.66- 2.71 CBR* (%) Soaked 0.9 2.9 ±10% Liquid Limit(%) 65 63 - 67 CBR* (%) Unsoaked 24.7 5.9 ±10% Plasticity Index (%) 45 43 - 47 Res Mod (Ibs/in2) Soaked 1,297 4,361 ±10% Plastic Limit(%) 20 Res Mod (Ibs/in2) Unsoaked 19,910 7,940 ±10% Fines(Passing #200) 90 88 - 92 Gravel (Retained #4) 1 0- 2 % Sand (Passing #4) 9 6- 12 120 '.� Construction Control Specifications ` cowl.Gixrve M I MaximVnLD4LD2n I +`. =D Ss" Construction Curve 95% ....... raV Lab cc at 95%-compaction ASTM D 698 (SP) 106% 115 �`•. Dry Side:20.3 % Wet-of-Optimum Moisture Range for 95°I Lift Construction Curve R'et Side:253 % 16.2- 18.9% (f1% MC) w: 1625(c Minimum # of Roiler Passes 1 0 y: 109.9 ibsi it' `+++ 12 (Equiv.6 roundtrip passes,full lilt coverage required) Compaction curves should be obtained regularly with changes in material index I properties and upon change in color or cumgati�n-- _- texture for effective construction control. 10 '41bsJf M-D probe depths should be centered on the center of the compacted lift. _ ASTM D�698(SP) 22.1% t c and m-Unsaturated triaxial test,total stress soil parameter. 48 i�5f +•++ UCS-Unconfined Compressive Strength. j j + Measured values include(,y,UCS,c,m Free Swell,and CBR (soaked and unsoaked). Calculated values include 5,e,Na,rd Potential,and Resilient Modulus(soaked and unsoaked). _ / \ Wet side permeability in field not factored in Free Swell test condition. CfF * CBR based on field compacted state. Z Properties represent average values. Soil Sample Date: 8/11/2021 sa Loc: On site ! r Desc: Lower-bound, predominant soil range 16.2%, 18 j9�{'e 10 15 20 2F Authorization By: l'Ioisture Content, co Print Name: ASTM D 698(SP)equivalent,corrected to control relative moisture standard in construction. Graphics powered by Mathematica Date: Firm Reg.#: Use of this Compaction Design Report(CDR')is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift("Fill")and Project,and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted.This report applies only to lifts compacted over stiff and well-compacted lifts and subgrades. No part of this CDR may be copied,downloaded,stored in a retrieval system,further transmitted,or otherwise reproduced, stored,disseminated,transferred,or used,in any form or by any means,except as permitted in writing by Rone Engineering Services,Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations(0)and non-registered trademark designations('"). Version:2.31.1-7.2 DI AT1= A Qgim APPENDIX B RONE FIELD EXPLORATION Subsurface conditions were defined by 62 sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in the field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. Field and laboratory test results, sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the logs are presented in Appendix A. Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter tube samplers at the locations shown on the Logs of Boring. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a '/4 inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately% inch. The results of these tests are presented at the respective sample depths on the Logs of Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of stiff and/or granular materials were obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-inch OD split-barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the 18- inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the Logs of Boring at the depth of sampling. The samples were packaged and returned to our laboratory for further examination and testing. Groundwater observations during and at completion of drilling are shown on the Logs of Boring. Upon completion of drilling, the boreholes were backfilled with auger cuttings to ground level. B.1 ROVE LABORATORY TESTING Laboratory tests were performed on selected samples retrieved from the borings to evaluate the engineering characteristics of the subsurface materials, and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory, and were later refined based on results of the laboratory tests performed. Classification Tests All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was verified by index testing, including natural moisture content determinations, Atterberg limits, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general accordance with applicable American Society for Testing and Materials (ASTM) procedures as follows: Test ASTM Standard Number Atterberg Limits D4318 Percentage of Particles Passing the No. 200 Sieve D1140 Moisture Content D2216 Swell Test D4546, Method B Swell Test In the swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. Detailed swell test results are tabulated in Appendix A. B.2 APPENDIX C ImpoMant Infopmation about problemsGeolechnical-Enoineeping Repopt Subsurface overruns, d disputes. followingWhile you-cannot eliminate all such ri;ks, you can manage them. The provided . The Geoprofessional Business Association (GBA) will not likely meet the needs of a civil-works constructor or even a has prepared this advisory to help you—assumedly different civil engineer.Because each geotechnical-engineering study a client representative—interpret and apply this is unique,each geotechnical-engineering report is unique,prepared geotechnical-engineering report as effectively as solely for the client. possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface Likewise,geotechnical-engineering services are performed for a specific project and purpose.For example,it is unlikely that a geotechnical- conditions at project sites and development of engineering study for a refrigerated warehouse will be the same as them that,for decades, have been a principal cause one prepared for a parking garage;and a few borings drilled during of construction delays, cost overruns, claims, a preliminary study to evaluate site feasibility will not be adequate to and disputes. If you have questions or want more develop geotechnical design recommendations for the project. information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Do not rely on this report if your geotechnical engineer prepared it: Active engagement in GBA exposes geotechnical • for a different client; engineers to a wide array of risk-confrontation • for a different project or purpose; techniques that can be of genuine benefit for • for a different site(that may or may not include all or a portion of everyone involved with a construction project. the original site);or • before important events occurred at the site or adjacent to it; e.g.,man-made events like construction or environmental Understand the Geotechnical-Engineering Services remediation,or natural events like floods,droughts,earthquakes, Provided for this Report or groundwater fluctuations. Geotechnical-engineering services typically include the planning, collection,interpretation,and analysis of exploratory data from Note,too,the reliability of a geotechnical-engineering report can widely spaced borings and/or test pits.Field data are combined be affected by the passage of time,because of factors like changed with results from laboratory tests of soil and rock samples obtained subsurface conditions;new or modified codes,standards,or from field exploration(if applicable),observations made during site regulations;or new techniques or tools.If you are the least bit uncertain reconnaissance,and historical information to form one or more models about the continued reliability of this report,contact your geoteclnical of the expected subsurface conditions beneath the site.Local geology engineer before applying the recommendations in it.A minor amount and alterations of the site surface and subsurface by previous and of additional testing or analysis after the passage of time-if any is proposed construction are also important considerations.Geotechnical required at all-could prevent major problems. engineers apply their engineering training,experience,and judgment to adapt the requirements of the prospective project to the subsurface Read this Report in Full model(s). Estimates are made of the subsurface conditions that Costly problems have occurred because those relying on a geotechnical- will likely be exposed during construction as well as the expected engineering report did not read the report in its entirety.Do not rely on performance of foundations and other structures being planned and/or an executive summary.Do not read selective elements only.Read and affected by construction activities. refer to the report in full. The culmination of these geotechnical-engineering services is typically a You Need to Inform Your Geotechnical Engineer geotechnical-engineering report providing the data obtained,a discussion About Change of the subsurface�nodel(s),the engineering and geologic engineering your geotechnical engineer considered unique,project-specific factors assessments and analyses made,and the recommendations developed when developing the scope of study behind this report and developing to satisfy the given requirements of the project.These reports may be the confirmation-dependent recommendations the report conveys. titled investigations,explorations.studies.assessments,or evaluations. Typical changes that could erode the reliability of this report include Regardless of the title used,the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context those that affect: of the project and does not represent a close examination,systematic the site's size or shape; inquiry,or thorough investigation of all site and subsurface conditions. the elevation,configuration,location,orientation, function or weight of the proposed structure and Geotechnical-Engineering Services are Performed the desired performance criteria; •for Specific Purposes, Persons, and Projects, the composition of the design team;or project ownership. and At Specific Times Geotechnical engineers structure their services to meet the specific As a general rule,always inform your geotechnical engineer of project needs,goals,and risk management preferences of their clients.A or site changes-even minor ones-and request an assessment of their geotechnical engineering study conducted for a given civil engineer impact 7hegeotechuical engineer who prepared this report cannot accept fresponsibility or liability for problems that arise because the geotechnical conspicuously that you've included the material for information purposes ineer was not informed about developments the engineer otherwise only.To avoid misunderstanding,you may also want to note that uld have considered. "informational purposes"means constructors have no right to rely on the interpretations,opinions,conclusions,or recommendations in the Most of the "Findings" Related in This Report report.Be certain that constructors know they may learn about specific Are Professional Opinions project requirements,including options selected from the report,only Before construction begins,geotechnical engineers explore a site's from the design drawings and specifications.Remind constructors subsurface using various sampling and testing procedures.Geotechnical that they may perform their own studies if they want to,and be sure to engineers cart observe actual subsurface conditions only at those specific allow enough time to permit them to do so.Only then might you be in locations where sampling and testing is performed.The data derived from a position to give constructors the information available to you,while that sampling and testing were reviewed by your geotechnical engineer, requiring them to at least share some of the financial responsibilities who then applied professional judgement to form opinions about stemming from unanticipated conditions.Conducting prebid and subsurface conditions throughout the site.Actual si tewi de-subsurface preconstruction conferences can also be valuable in this respect. conditions may differ-maybe significantly-from those indicated in this report.Confront that risk by retaining your geotechnical engineer Read Responsibility/ Provisions Closely/ to serve on the design team through project completion to obtain Some client representatives,design professionals,and constructors do informed guidance quickly,whenever needed. not realize that geotechnical engineering is far less exact than other engineering disciplines.This happens in part because soil and rock on This Report's Recommendations Are project sites are typically heterogeneous and not manufactured materials Confirmation-Dependent with well-defined engineering properties like steel and concrete.That The recommendations included in this report-including an}'options or lack of understanding has nurtured unrealistic expectations that have alternatives-are confirmation-dependent.In other words,they are not resulted in disappointments,delays,cost overruns,claims,and disputes. final,because the geotechnical engineer who developed them relied heavily To confront that risk,geotechnical engineers commonly include on judgement and opinion to do so.Your geotechnical engineer can finalize explanatory provisions in their reports.Sometimes labeled"limitations,' the recommendations only after observing actual subsurface conditions many these provisions indicate where geotechnical engineers' exposed during construction.If through observation your geotechnical responsibilities begin and end,to help others recognize their own engineer confirms that the conditions assumed to exist actually do exist, responsibilities and risks.Read these provisions closely.Ask questions. the recommendations can be relied upon,assuming no other changes have Your geotechnical engineer should respond fully and frankly. occurred.The geotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation-dependent recommendations if you Geoenvironmental Concerns Are Not Covered fail to retain that engineer to perform construction observation. The personnel,equipment,and techniques used to perform an environmental study-e.g.,a"phase-one'or"phase-two"environmental This Report Could Be Misinterpreted site assessment-differ significantly from those used to perform a Other design professionals'misinterpretation of geotechnical- geotechnical-engineering study.For that reason,a geotechnical-engineering engineering reports has resulted in costly problems.Confront that risk report does not usually provide environmental findings,conclusions,or e en having your geotechnical engineer serve as a continuing member of recommendations;e.g.,about the likelihood of encountering underground by storage tanks or regulated contaminants.Unanticipated subsurface the design team,to: • confer with other design-team members; environmental problens have led to project failures.If you have not • help develop specifications; obtained your own environmental information about the project site, review pertinent elements of other design professionals'plans and ask your geotechnical consultant for a recommendation on how to find specifications;and environmental risk-management guidance. • be available whenever geotechnical-engineering guidance is needed. Obtain Professional Assistance to Deal with You should also confront the risk of constructors misinterpreting this Moisture Infiltration and Mold report.Do so by retaining your geotechnical engineer to participate in While your geotechnical engineer may have addressed groundwater, prebid and preconstruction conferences and to perform construction- water infiltration,or similar issues in this report,the engineer's phase observations. services were not designed,conducted,or intended to prevent migration of moisture-including water vapor- from the soil Give Constructors a Complete Report and Guidance through building slabs and walls and into the building interior,where Some owners and design professionals mistakenly believe they can shift it can cause mold growth and material-performance deficiencies. unanticipated-subsurface-conditions liability to constructors by limiting Accordingly,proper implementation of the geotechnical engineer's the information they provide for bid preparation.To help prevent recommendations will not of itself be sufficient to prevent the costly,contentious problems this practice has caused,include the moisture infiltration.Confront the risk of moisture infiltration by complete geotechnical-engineering report,along with any attachments including building-envelope or mold specialists on the design team. or appendices,with your contract documents,but be certain to note Geotechnical engineers are not building-envelope or mold specialists. GEOPROFESSIONAL BUSINESS SEPAAVM ASSOCIATION Telephone:301/565-2733 e-mail:info@geoprofessional.org www.geoprofessional.org Copyright 2019 by Geoprofessional Business Association(GBA).Duplication,reproduction,or copying of this document,in whole or in part,by any means whatsoever,is strictly prohibited,except with GB.As specific written permission.Excerpting,quoting,or otherwise extracting wording from this document is permitted only with the express written permission of GBA,and only for purposes of scholarly research or book review.Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind.Any other firm,individual,or other entity that so uses this document without being a GBA member could be committing negligent