Loading...
HomeMy WebLinkAboutContract 62750-PM1-UCSC No. 62750-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, DRAINAGE, PAVING & STREET LIGHT IMPROVEMENTS TO SERVE Walsh Ranch — Quail Valley — Legacy Park Boulevard IPRC Record No. IPRC24-0022 City Project No. 105435 FID No. 30114-0200431-105435-EO7685 File No. K-3240 X File No. X-28198 Mattie Parker Jay Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth February 2025 HUITT HZ ZOLLARS 500 W. 7t11 Street, Suite 300 Mail Unit 23 Fort Worth, TX 76102-4728 Phone: (817) 335-3000 Fax: (817) 335-1025 TBPE Firm Registration No. F-761 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Section 1 - Contract Including Water, 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 00�3 Tm4tatio t Bidders Last Revised 03/20/2020 1002113 004100 00 42 43 10043 3 lastpaetions to Bidders Bid Fefm Proposal Form Unit Price Bid Ben 03/20/2020 04104 05/22/2019 04104 Prequalification Statement 09/01/2015 0045 12 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45-40 00 52 43 Mine-i-„ Business Enterprise Geal Agreement 04i a 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 007200 Maintenance Bond Genef.,i Conditions 01/31/2012 i ii i ii T 00 73 00 0073 10 c,,,.,.ie e„t y Cendi enp Standard City Conditions of the Construction Contract for Developer 07i0 z 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 nip Pr-egeet Meefings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 nip Closeout Requirements Open- 4io and r, aintena e Da4 D -ej eet D eeo -.7 D,.,.ttmeM_ 04/07/2014 nn in 4 04 in s n i� CITY OF FORT WORTH Walsh Ranch - Quail Valley - Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105435 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 02 n-13 Seleetiye Site Ile elite NONE 0 n�T Utility n o,,,,,ya i n b ,-,depA e t NONE r»�5 n.,ying vo., &y , NONE Division 03 - Concrete 03 30 00 Cast l Ulaee C ref:ete NONE 03 211 13 CE)PAFE)Iled row ct.eagti, M to,ia (Cr SM4 NONE 03 34 16 Gene -ete Base M *r-i l f r Reneh Rep ;, NONE 03 90 00 >`,redif;,.a fieas to C, ,,rote St,. etufes NONE Division 26 - Electrical 2605 00 Commen WE)4E Results for- Ele t-ieal NONE Tlemel;tie f >rleet,.iea Systems NONE 26053 Raee,. ays andBoxes f Ele t..iea Systo,� � NONE 26 05 43 Unde,.,...,,un Duets . , l Raee,. ays f r Elee#ieal Systems NONE Division 31- Earthwork 31 1000 Site Cg NONE Z l�o Unelassified >;..,..,,,.,t e NONE Z l�3 BOFFE) NONE 3124 00 E a�u-%--Pts NONE 312500 € 36aK w�a edi tent �l NONE 313600 Gabiens NONE 31 37 00 Ripr-ap NONE Division 32 - Exterior Improvements 2'� P ef man erA A*kalt l-r,,;,� NONE 3'�o 4uh�lt 1%-.i NONE 320129 Coner-ete n . ��ixg Rormir NONE Z7�3 Flexible Base C.,ufses NONE 32 9 Lime e Tr-ea4ed Base Ceti -ses NONE Comen4 Tfea4ed Base Ce NONE Z7�T Liquid ,i Re4ed Soil etab l: ,o, NONE 3'�o AsVhW.t�% ixg NONE 27� Asphalt It Pa-y ng C,.aek Sea! NONE 3 Gene,-ete v .,' . NONE 3'�0 Gene,-ete cidew,. ko, D.' ,e,. ay- �-m. \,-rr-_e46%*ps NONE Z7�3 Cenef:ete Paving roi t Sea] NONE 3''�0 13r.Vi Unit _B ng NONE 3 Gone,-ete C,,,b ,-ad C_„ttefs .-ada-ad Valley C_„ttefs NONE 27� Pavement Mar -kings gs NONE Z7�5 Curb A rim '_Ra/rnting NONE =0 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 31 q6 wife Feflees "Ra Gates NONE 3q 31 q9 Wood Fences and Gates NONE 32 32 13 Cast i Dlaee Go ete Retaining Walls NONE 2'�n Tepsoil Plaee ent and FrrrrrJ'rrrr^ efTef'..,".," NONE Z7�3 H-Yd E) M l.,l ing Seeding, and Sodding NONE Z7�3 Tfees and S>,,ubs NONE Division 33 - Utilities 330130 Sewer- "aa manhole Testing NONE Z2�= Closed Cir-e ,;t Television (CCTv) laspeetie NONE Z2�o %,Tmw nDnipping of Existing Sower- Syst NONE 33 04 fig ToifA Beading "aa Elee ..;,,", T. Slat; NONE 33 04 11 C,.,...esieft C fit fe, Test ft&tiom NONE 33 04 r agaesitff.., Anode C"tt.edie Pr-oteeti„n Systeffl NONE Z 2�o Temper -my Wa4ef: S "twie"" NONE 33 04 ^moo J�ankg and n,.eept"aee Testing fWatef:Mains NONE 33 04-50 Cleaning e f Sewer- Mains NONE 33-050 U444-, Tr-eneh Exec ,"tiorl, llmtka,l, epA, and Baekf;ll NONE Z 2�z Wa4e,. Line e Lowefin NONE 32�3 Fr-alme, Cover- and r -ade Rings Oast 1 NONE 3305 13.10 �'�C-oyer- and Grade Rings C-empesite NONE Adjusting Manheles, inlets, Valve Bexes, and Other- Stfuettir-es 3 2�T to NONE NONE NONE NONE 33 05 21 T xmol lira to NONE ZZ�z Stool Casing Npe NONE Z2�3 Had T„rreling NONE 33 0524 Installation ofC.,f fie- Pipe i Casingor- Ttwmel Liner- Ul"to NONE 33-0526 U444 , r,rarke -sA ee ter-s NONE 33 05 30 I ""till,. e f &dstiag U4ih ;o" NONE 33 1105 BeltsNt4s,-and kets NONE Z 2�o Dueti l e ir-e Pipe NONE 3,3 11 11 Dw-✓h 1rQr. FiAings NONE 33 11 2 Pely,yi ...1 Chic -ide (PNIQ Pr-esstir-e Pipe NONE 3311 13 Genefet2$ressiffe Pipe Baf 3ALFapped, Stool Cylinder- Type NONE 33 11 14 z INIro and Fittings NONE ZZ�5 We Stfesse,l Coney-ete Cylinder- Pipe NONE 33 12 g W"t SoM4ees , ineh t 2 ; el- NONE 33 12 11 Large e W"t Meter-s NONE Z2�o Resilient Seated Gate v"l.,o NONE Z2�T A xx W- Rubbef Seated BtMe-fly x7.,1y NONE Z2�5 Comeeti r t Existing Water- Mains NONE 33 1230 C,.,. bin do n;, V lye i000rAWias for- v xx� table "t Syst NONE 33 4240 Fire NONE Z2�o xx a4e- Sample Stations NONE Z2�o Standard Blow off V lye n sso,v.L.l., NONE 33-31 13 Cured i Ulaee Pipe (Clnv4 NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 Z2�3 Fibe .glass Reiff .-ee Pipe for- Cffe ity Samna,, co NONE Z2�5 High Density Pelyethylefte (LD_ �7 UL' U',�. ) � I�2�kx Fanitur,­Sewef NONE 333120 Pely,yi..,1 Chie-ide (nxrC) Gravity c,.,.;tafy Sewef Pip NONE Er.-itw,er 31 Z2 2 1T TJ�TLA NONE 11 41z mar Slip NONE 33 3123 c.,,,;tafy Sewef Pipe L'n1.,,-..o., eft NONE 33-31 50 Sa-a tarry Sewef Sefy e C, nne tiers a -a cef-v4 e r ; o NONE 333170 Ge ffi in tief n;,. V.,lye- for, G \Aitwysewe, o- o >,a � NONE Z2�o Cast i Dlaee C ner-ete TRa heles NONE Z2�o Pr-ee st C fef:ete Manholes holes NONE 30 Fiber -glass Manholes NONE 33-39 40 Waste.. a4e n eeess Chamber- (W n C4 NONE Z2�o >~..,w&y r ; o s for- Sa* tafy Sewer- ct.% tfes NONE 33 41 10 Reinf ,-ee C rer-ete ct,,..m Se or Pipe/C„l. e#s NONE 33 41 High Density D lyethylefte (MIDDE) DiF,r fee S o-., �"1u5 NONE 33 41 12 Reinfer-eed Pelyethle a (SRPE) Pipe NONE 33 4600 Stibdr-ainage NONE 33 4601 worm Dywim- NONE 32�-46 02 Tr- e na'i Droais- NONE 33 49 10 Cast i Dlaee Manholes and ranetio Bexes NONE 33-4 20 C,,,.h and Drop inlets NONE 33 4940 Storm Di6wrage Headwalls a -a W4agwaI6 NONE Division 34 - Transportation 34 41 Tf FF;e c;,,,...,ls NONE 24 41 10.01 At#aalmI .,at A Heller- c cvinei NONE 3n n�OL Attaehfnefit B C entfe11 wif- atie NONE 34 ^� 1 10.003 Attaehfneat C--­Se€tiuw SU o eifleatiea NONE ?/1 11 11 To,, per-, y T,-.. ffie Signals NONE 34 41 13 Removing T,-.. ffie Signals NONE 2/1 11 15 Re4a±gul� Roo d FkcxAii" NONE 34 41 116 Pedest,.. a 14ybr-id Signal NONE 34 4120 Readw I1lumimfie n&semblie NONE 34 4120.01 20.01 W ITS rt�- L/in. i1 �1�aS NONE 34 4120.02 Freeway LED n,.,,,1...r., � .�.errinairvs NONE 24 4120.03 Residential LED D...,.1,. ay T � �.rninai.rs NONE 34 4130 Alu-wimlr. Figs NONE 1 IGM0 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httu://fortworthtexas.2ov/tvw/contractors/ or Division 02 - Existing Conditions Last Revised 117�3 Seleetiye Site Do,., el do 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast i Dlaee C fef:ete 12/20/2012 03 34 13 Ceatr-elled row St engti, Mate. —;al (C clan 12/20/2012 03 34 16 Conefeta Bw, & ',Meer. l for- Tfeneh Rep..;, 12/20/2012 03 8000 >,a,,dif4 ..,tions t Existing C rer-ete Stizuet,, .es 12/20/2012 Division 26 - Electrical 26 05 00 G,.,.,,,. e Work Results for- > to t.ieal 11/22/2013 2605 10 >,o,, el;tie for- Eleetfieal Systems 12/20/2012 260533 Raee,, ays and Boxes for- leet,.iea Systems 12/20/2012 26 05--43• Underground Duets a- 1 Raee,, ays f ,. Eleetfieal Systems 07/01/2011 260550 Garthnunizatiens Multi Dtiet r,.n"A 02/26/2016 Division 31- Earthwork 31�10 00 Site r� 12/20/2012 Z,� U-nelassifie 1✓.,ea-. ^tier 01/28/2013 3 1� Beffe 01/28/2013 3124-00 borkmrnts 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 313600 GAWA44s 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 3201 17 �T no,... a-aert A �� r�Wt %:" r g Repa 12/20/2012 37� Temperafy Asphalt It Paving n epa 12/20/2012 320129 Gener-ete Paving nepa 12/20/2012 3'�3 Flexible Brio roiffses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 Z7�3 Cement Treated -Base Ge 12/20/2012 32 1137 liquid Tr-aated-&oil F&' ki.1izaaf 08/21/2015 32�6 Asphalt It Paving 12/20/2012 32 1273 sV1W..t!t:ixg Cr-ae, Seal,, 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 3'�. 1� Gene,-ete D,.ying joint Sea4 ,.ts 12/20/2012 32 14 16 B -iek Unit t Pa-v ng 12/20/2012 Z7�3 C ner-ete Cuff andGutters and Valley Gtwefs 10/05/2016 32 1723 Pavement Markings 11/22/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 i7 25• C:uFb A z's 11/04/2013 Z7�� Chain Fences .,,.,,1 Gates 12/20/2012 323126 WiFe Fenees and Goes 12/20/2012 3'�4 WoodFenees ,-ad Gates 12/20/2012 Z7�3• Cast i Pla6e CE)fl fete Dot&'ni:rA WA-S 06/05/2018 Z7�� TopsoilPl.,,.o,v,e t and „f'PaFk-w ays 12/20/2012 Z7�3• 14yd E) Mulej ing Seeding, and S„dding 12/20/2012 3'� 43• TFees ai}d Vhiulo 12/20/2012 Division 33 - Utilities Z2�o Sewer-andManhole 12/20/2012 33 0131 Closed Gi ouit Tolo Asio (CCTx') laspeetio 03/03/2016 33 03 10 Bypas3 12/20/2012 33 04 TO joint Beading andEloolr,.vall bdatvan 12/20/2012 33 04 C,.,...esier Ge tF 1 Tort SteAiens 12/20/2012 33 04 r,aagfiesitff Anode Ga4hedie PFeteet; S„steffl 12/20/2012 33r 04-30 To,,.,,.,.,. r-y W eF co,.., e 07/01/2011 33r 04-40 Cleaning .-ad n eeept, n e Testing f W..to,. Mains 02/06/2013 33 04 50 rlraankg of SeweF Mai 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 3*tio lime r e : e_ _n 12/20/2012 3305 13 Fr-ame,GeveF and r ade Rings Cast 01/22/2016 33 n�0 F-r-a-me-GoVo,. and Grade Ring, G,.,, pe&ite 01/22/2016 Adjusting sue,. Manholes, los inlets, Valve�_a and St�Etwst6 2�-0�-T4 12/20/2012 2Z�o Genefete W,.to. v,,,,lts 12/20/2012 3305 17 Genefete C, 4a f-s 12/20/2012 33 05 20 12/20/2012 ZZ�T Ttwgel Liner- Plato 12/20/2012 33 05 22 Stool Casing Npe 12/20/2012 33 05 23 HandTunneling 12/20/2012 33 0524 inst.,lla4io,. fCafr-;o. Pipe i Casing or- Tunnel Liner- Pike 06/19/2013 Z2�o Utility >,,afke-s,LLee tee 12/20/2012 33 05 20 lion of Fkdsting rJ4.1,;li4kirs 12/20/2012 33 1105 Belts, T„ts andGaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 oner-ete P es^, a Pipe, Bar- Wf ppe Stool C„l;rao. Type 12/20/2012 4 B-af e Stool Pipe .-ad Fittings 12/20/2012 33 12 0 Wa4er- Sef-,4 es 1 1. t 2; e 02/14/2017 33 12 j .fge Water- Metes 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 ZZ�T n xx W- Rubber- SeatedB ttorAy 37 l 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Ce tie Air- Valve Assemblies f ,. Potable Water- Systems 12/20/2012 ffi.in 33 1240 Fire Hydrants 01/03/2014 3 2�0 Sys 12/20/2012 06/ 19/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 12/20/2012 Z2�3 33 31 15 333120 Fibefglass Reinfer-eed Pipe f r ryi , Eanit:arf, s High Density Pelyefl+yleae (HDP ) Pipe --for, Ew trr, er Pelynyi .,1 Chloride (Dvr) Gravity Sa-mit, y Sowef Pip D1,,,.;,,..1 Chloride Closed U-efile r_,-.,yity Sanitary Sewer- .,12/20/2012 12/20/2012 12/20/2012 06/19/2013 �� (PVC) Pipe 44 11 2 Sanitary Se or flrr Lrfing 12/20/2012 33 3123 S. , itaf.,, Sewer- Pipe 1✓nlaf,.o,,.,efA 12/20/2012 33-31 50 Sa-aitafy Sewer- Sefyi e r, nne fiens a -a Seyv4ee r ; e 04/26/2013 Z2�o Combination Air- Valve for- Sanitary Sewer- Fe -ee Mains 12/20/2012 ZZ�O Cast i Dlaee r ne -ete Manholes 12/20/2012 333920 Pr-ee st r nee-ete >\R.,nhel 12/20/2012 33-39-30 Fiberglass Manholes 12/20/2012 Z2�no Wastewater- n eeess r J:>,��,ar ) 12/20/2012 Z2�o 1~,.ex-y r ; o s for- S. *itafy Sewer- Sti-d .fes 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 ✓3 11 11 High Density Pelyefl+yleae (HDP ) Pipe for- rearm Dp6r. 12/20/2012 ✓3 11 12 Reinfer-eed D lyet le a (SRPE) Pipe 11/13/2015 33 4600 c�� 12/20/2012 3�-46 01 Slet4ed S or�n Dywin, 07/01/2011 33 4602 T-fanoh Doaim 07/01/2011 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 T,-affi, S;,.a 1s 10/12/2015 34 ^�01 AAaehmeat A C-entraener cGabinet 12/18/2015 3 4 ^�02 AAaehmefit B E)PAfE n--y Er, o c�f -atien 02/2012 34� n-i 0.03 Attaebme it C Seft'V6 afe Speeifi^cutien 01/2012 211 11 11 Temperary T,-., ffie Signals 11/22/2013 34-4113 Refine ing T"affie Signals 12/20/2012 34 41 15 Reeta*gulor Rar/d F�aA, iryA Beaeon 11/22/2013 ZA�o Pedes,fia 14ybr-id Signal 11/22/2013 34 4120 Readw Illu iinatiar. Assemblies 12/20/2012 34 ^�01 Soria = Raa L/,rninairas 06/15/2015 34 4120.02 Freeway LED n,.,,,1,..r., � .iwrinairrs 06/15/2015 34 ^�03• Resi-dmt;1,1. ='Roadway Dumi:,�^;r$s 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 02/26/2016 11/22/2013 CITY OF FORT WORTH Walsh Ranch - Quail Valley - Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GG-4.91 Page 8 of 8 GC-4.02 Subsurface and Physical Conditions GG-4.91 UndefgfmwA Fooili:-ies GC-6.0"7 1Vff .o w__ Pa,-. its a -ad T T44ifies GG 6. 1 Nandizupi,,%lnotian GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 Docusign Envelope ID: 14D66E51-2830-4090-AACC-2BOEAF71OA16 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page I of LPB Bidder's Application Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price UNIT I: WATER IMPROVEMENTS 1 0241.1106 16" Pressure Pluq 0241 14 EA 2 $1,100.00 1 2 3305.0109 Trench Safetv 3305 10 LF 135 $1.00 1 3 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 1.9 $4 320.00 1 4 3311.0551 16" DIP Water 3311 10 LF 80 �271.00 1 5 3311.0557 16" DIP Water, CLSM Backfill 3311 10 LF 20 $394.50 1 6 3311.0561 16" PVC C905 Water Pipe 3311 12 LF 35 $108.50 1 7 3312.0001 Fire Hvdrant 33 12 40 EA 1 $6,400.00 1 8 3312.0106 Connection to Existinq 16" Water Main 33 12 25 EA 1 $19,100.00 1 9 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 3 $26,200.00 1 10 1 11 1 12 1 13 1 14 1 15 1 16 1 17 1 18 1 19 1 20 21 1 22 I 23 1 24 1 25 1 26 1 27 28 29 30 TOTAL UNIT I: WATER IMPROVEMENTS Bid Value $2 200.001 1135.001 $8,208.001 $21,680.001 $7,890.001 $3,797.501 $6,400.001 $19,100.001 $78,600.001 $148, 010.50 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 WR-LPB_00 42 43_Bid Proposal_DAP_Utilities _2024-12-05 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 2 of 5 LPB Bidder's Application Bidder's Proposal Description Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 WR-LPB_00 42 43_Bid Proposal_ DAP_2024-10-24.xls Docusign Envelope ID: 14D66E51-2830-4090-AACC-2BOEAF71OA16 UNIT PRICE BID Bidlist Item No. � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 3137.0104 Medium Stone Riprap, dry 3301.0002 Post -CCTV Inspection 3305.0109 Trench Safety 3341.0201 21" RCP, Class III 3341.0205 24" RCP, Class III 3341.0208 27" RCP, Class III 3341.1503 8x6 Box Culvert 3349.0001 4' Storm Junction Box 3349.5003 20' Curb Inlet 3349.6002 15' Recessed Inlet 3349.6003 20' Recessed Inlet 3349.8001 10' Type 2 Inlet 3349.8002 15' Type 2 Inlet 3349.7001 4' Drop Inlet 9999.0008 Landlok 450 TRM 3349.6001 10' Recessed Inlet 3349.4106 27" SET, 1 pipe 3349.4105 24" SET, 1 pipe 9999.0003 8x6 TxDOT FW-0 Headwall Specification Section No. UNIT III: DRAINAGE IMPROVEMENT 31 3700 3301 31 33 05 10 3341 10 3341 10 3341 10 3341 10 33 49 10 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 00 00 00 33 49 20 33 49 40 33 49 40 00 00 00 00 42 43 DAP - BID PROPOSAL Page 2 of 3 LPB Bidder's Application Unit of Bid Measure Quantity S SY 1,51 LF 3,50 LF 3,50 LF 32 LF 2,28 LF 9 LF 81 EA EA EA EA EA EA EA SF 26,87 EA EA EA EA 8 6 6 2 4 0 0 9 1 2 1 2 1 1 0 1 1 1 2 TOTAL UN T III: DRAINAGE IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $99.00 $1.50 $1.00 $69.50 $78.50 $124.50 $770.00 $11,300.00 $20,900.00 $17,400.00 $20,900.00 $10,200.00 $20,200.00 $9,200.00 $1.05 $10,200.00 $5,600.00 $3,970.00 $56,100.00 1 $150,282.00 1 $5,259.00 1 $3,506.00 1 $22,379.001 $179,294.00 1 $11,205.001 $623, 700.00 1 $101,700.001 $20, 900.00 1 $34,800.001 $20, 900.00 1 $20,400.00 1 $20, 200.00 1 $9,200.00 1 $28, 213.50 1 $10, 200.00 1 $5,600.00 1 $3,970.00 1 $112,200.00 1 $1, 383, 908.50 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 WR-LPB_00 42 43_Bid Proposal_DAP_Utilities _2024-12-05 Docusign Envelope ID: 14D66E51-2830-4090-AACC-2BOEAF71OA16 00 42 43 DAP - BID PROPOSAL Page 3 of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM LPB UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) Specification I Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT I: WATER IMPROVEMENTS $148,010.501 UNIT III: DRAINAGE IMPROVEMENTS 1 $1,383,908.501 r Total Construction Bidl $1,531,919.001 This Bid is submitted by the entity named below: BIDDER: Moss Utilities, LLC 11050 Ables Lane Dallas, TX 75229 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Garre" ' "0=84ned by: C,akinA hoes TITLE: Presi A379EBAE11FF442_. DATE:12/12/2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 240 working days after the date when the WR-LP13_00 42 43_Bid Proposal_ DAP_ Utilities_2024-12-05 UNIT PRICE BID BidlisI Item No. I 1 I 2 I 3 I 4 I 5 I 6 I 7 I 8 I 9 I 10 I 11 12 I 13 14 I 15 16 17 I 18 I 19 I 20 I 21 22 23 24 25 26 27 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Specification Description Section No. UNIT IV: PAVING I IAPROVEMENTP 3211.0400 Hvdrated Lime (6" Pavement (cD 36 Ibs/sv) 3211 29 3211.0400 Hydrated Lime (8" Pavement A 48 Ibs/sv) 3211 29 3211.0400 Hydrated Lime (9" Pavement (cD 48 Ibs/sv) 3211 29 3211.0400 Hydrated Lime (3" Asphalt (a) 48 Ibs/sv) 3211 29 3211.0501 6" Lime Treatment 3211 29 3211.0502 8" Lime Treatment 3211 29 3213.0101 6" Conc Pvmt 32 13 13 3213.0103 8" Conc Pvmt 32 13 13 3213.0104 9" Conc Pvmt 32 13 13 3212.0303 3" Asphalt Pvmt Type D 32 12 16 9999.0001 2" Asphalt Pvmt Tvpe B 32 12 16 3213.0302 5" Conc Sidewalk 32 13 20 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 3217.0102 6" SLD Pvmt Markinq HAS (Y) 32 17 23 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 3217.0502 Preformed Thermoplastic Contrast Markings - 32 1723 24" Crosswalk 3217.0504 Preformed Thermoplastic Contrast Markings - 32 1723 24" Stop Bars 3217.1002 Lane Leqend Arrow 32 17 23 3217.1004 Lane Leqend Only 32 17 23 3217.2103 REFL Raised Marker TY II -A -A 32 17 23 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 9999.0004 Furnish/Install Walsh Ranch Style Sign post & 00 00 00 Foundation w/ Requlatory Sian & Name Blades 0241.1000 Remove Conc Pvmt 0241 15 3292.0100 Block Sod Placement 32 92 13 00 42 43 DAP - BID PROPOSAL Page 1 of 1 LPB Bidder's Application Bidder's Proposal Unit of Bid Unit Price Bid Value Measure I Quantity TON 7.4 $321.00 $2,375.40 TON 12.2 $321.00 $3,916.20 TON 299.3 $321.00 $96,075.30 TON 67.4 $321.00 $21,635.40 SY 413 $4.00 $1,652.00 SY 15,790 $4.25 $67,107.50 SY 383 $51.00 $19,533.00 SY 477 $59.00 $28,143.00 SY 11,632 $63.00 $732,816.00 SY 2,639 $34.00 $89,726.00 SY 2,639 $23.00 $60,697.00 SF 38,415 $8.00 $307,320.00 EA 10 $3,000.00 $30,000.00 LF 8,310 $2.50 $20,775.00 LF 480 $3.00 $1,440.00 LF 220 $11.00 $2,420.00 LF 56 $11.00 $616.00 EA 6 $200.00 $1,200.00 EA 6 $200.00 $1,200.00 EA 107 $8.00 $856.00 EA 25 $8.00 $200.00 EA 13 $1,700.00 $22,100.00 SY 941 $10.00 $9,410.00 SY 8,885 $1.00 $8,885.00 TOTAL 1NIT IV: PAVING IMPROVEMENTS Bid Summary UNIT IV: PAVING IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Mario Sinacola & Sons Excavating, Inc. 10950 Research Road Frisco, Texas 75033 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Harlan J 0L.C.'slgnrd by: TITLE: Vice Pr, 3F6E45BF6072497.-. DATE: 12/18/2024 END OF SECTION $1,530,098.80 $1,530,098.80 $1,530,098.80 240 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 WR-LPB_00 42 43_Bid Proposal_ DAP_ Paving_2024-12-05.xls M 4S 11 r1AP pNrfj11A1 rPrr:Arow gTATFWFNT PARe t of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT r- ach Bidder is required to complete the information below by identifying the prequalified contractors anti%or subcontractors whom they intend to utilize for the major work type(s) Iisted. In the "Maior Work TNN" box provide the complete major work a and actual descriotion as provided by the Water ll artment for water acid sewer and TPW fpr having. Major Work Type Contractor/Subcontractor Company Name Water Transmission, Moss Utilities, LLC Development, 24-inches and smaller Prequalification Expiration Date 04/30/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. I: i 00]". Moss Utilities BY: Garrett J. Mo 11050 Ables Lane Dallas, TX 75229 (Signature) TITLE: President DATE: END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Pads Boulevard STANDA141) CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS City Project No. 105435 Form Vcreion September 1, 2015 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvpe" 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 Expiration Date Paving Mario Sinacola & Sons Excavating, Inc. 3/l/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalifed for the work types listed. BIDDER: Mario Sinacola & Sons Excavating, Inc. Bs 10920 Research Road Frisco, TX 75033 d ignature) TITLE: Vice Presi e t DATE: January 30, 2025 END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS City Project No. 105435 Form Version September 1, 2015 00 45 26 - l 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 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 105435. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 CONTRACTOR: 9 Moss Utilities. LLC 10 Company 11 11050 Ables Lane 12 Address 13 Dallas, TX 75229 14 City/State/Zip 15 16 17 THE STATE OF TEXAS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 COUNTY OF TARRANT § By: ns %au 7t i La4r) (Pleas int Signature:f Title: VP f 1k^u KdAj�t� (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared IS4a J17 .f Its , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of moss UhI�1kes, uz for the purposes and consideration therein expressed and in the capacity therein stated. GIV N UNDER MY HAND AND SEAL OF OFFICE this !� day of Vl k , 20125, IIIZ I In L ZA, Notary Public in and for)e State of Texas "YA'•■.,, DANIELA GONZALES Notary Public. State of Texas _'%`T� Comm. Expires 01-07-2026 '•�°F `�+' Notary ID 133523356 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2.2014 Walsh Ranch — Quail Valley — Legacy Park Boulevard City Project No. t05435 00 45 26 - l CONTRACTOR COMPLIANCE WITH WORKER'SCOMPENSATIDN I.AW Page I of 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406A96(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for ali of its employees employed on City 5 Project No. 105435. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 CONTRACTOR: 9 Mario Sinacola & Sons Excavating. Inc. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Company 10950 Research Road Address Frisco, TX 75033 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Harlan Jones a3p nt} Signature: Title: Vice President i/ (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Harlan Jones : known to me to be the person whose name is subscribed to the Foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Mario Sinacola & Sons Excavating, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of January , 2024. o� MERt DITH R NELSON Notary Public in and for the State of Texas r Notary lb #129927379 ",pFrY Commission Expires August 20, 2a26 1AWI 11III *3 314 Il.C11)z CITY OF FORT WORTH STANDARD] CONSTRUCTION SPECIFICR : ION DOCUMENTS a Revised April 2, 2014 Walsh Ranch — Quail Valley — Legacy Park Boulevard City Project No. 105435 Docusign Envelope ID: EFD5329E-D9F7-4F45-A70E-B47E9E7DD3F5 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 11/18/2024 is made by and between the Developer, 4 Quail Valley Devco V, LLC, authorized to do business in Texas ("Developer"), and Moss 5 Utilities, LLC, 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 Vallev — Le-aacv Park Boulevard 16 City Proiect No. 105435 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 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. 22 The Work will be complete for Final Acceptance within 240 working days after the date 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. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Two Thousand Dollars ($2,000.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: EFD5329E-D9F7-4F45-A70E-B47E9E7DD3F5 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of One Million, Five Hundred Thirty -One Thousand, Nine 40 Hundred Nineteen Dollars and Zero Cents ($1,531,919.00). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, 62 if not attached, as incorporated by reference and described in the Table of Contents 63 of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: EFD5329E-D9F7-4F45-A70E-B47E9E7DD3F5 005243-3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act, omission or negligence of the city. 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 97 the 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. 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. 110 7.5 Governing Law and Venue. ill This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: EFD5329E-D9F7-4F45-A70E-B47E9E7DD3F5 114 115 116 117 118 119 120 121 122 123 124 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties (`Effective Date"). Contractor: Moss Utilities, LLC ,5ec04ne6 by, By A hoss A379EBAEl l FF442... (Signature) Garrett J Moss (Printed Name) Title: President Company Name: Moss Utilities Addr 11 /18/2024 s Lane City/State/Zip: Dallas, TX 75229 11 /18/2024 Date Developer: Quail Valley Devco V, LLC Uxu:b�nesE bp: By[�. 9300FEB1929942B..- koignature) Seth Carpenter (Printed Name) Title: VP of Development Company Name: Quail Valley Devco V, LLC Address: 400 S. Record Street, Suite 1200 City/State/Zip: Dallas, TX 75202 11 /18/2024 Date CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: 088CF8C9-D8AB-4D03-8AED-CA33E15398C4 2 SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 3 THIS AGREEMENT, authorized on 11 /18/2024 is made by and between the Developer, 4 Quail Valley Devco V, LLC, authorized to do business in Texas ("Developer"), and Mario 5 Sinacola & Sons Excavating, Inc., authorized to do business in Texas, acting by and through its 6 duly 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 — Quail Vallev — Le-aacv Park Boulevard 16 City Proiect No. 105435 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 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. 22 The Work will be complete for Final Acceptance within 240 working days after the date 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. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Five Thousand Dollars ($5,000.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: 088CF8C9-D8AB-4D03-8AED-CA33E15398C4 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of One Million, Five Hundred Thirty Thousand, Ninety 40 Ei2ht Dollars and Eighty Cents ($1,530,098.80). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, 62 if not attached, as incorporated by reference and described in the Table of Contents 63 of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: 088CF8C9-D8AB-4D03-8AED-CA33E15398C4 005243-3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act, omission or negligence of the city. 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 97 the 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. 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. 110 7.5 Governing Law and Venue. ill This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: 088CF8C9-D8AB-4D03-8AED-CA33E15398C4 114 115 116 117 118 119 120 121 122 123 124 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties (`Effective Date"). Contractor: Mario Sinacola & Sons Excavating, Inc. By �v J66S 3F6E458F6072497... Signature) Harlan Jones (Printed Name) Title: Vice President Company Name: Mario Sinacola & Sons Excavating, Inc. Address: 10950 Research Road City/State/Zip: Frisco, TX 75033 11 /18/2024 Date Developer: Quail Valley Devco VLO, LLC By[iccu°ftned by: �& r 9309FE879299422..- (5ignature) Seth Carpenter (Printed Name) Title: VP of Development Company Name: Quail Valley Devco VLO, LLC Address: 400 S. Record Street, Suite 1200 City/State/Zip: Dallas, TX 75202 11 /18/2024 Date CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Client#: 2037574 MOSSUTI ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/05/2025 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Kimberly Heard _ USI Southwest, Inc. PHONE 972 588-6456FAX 14241 Dallas Pkwy, STE 700 E-MAIL ADDRESS: CertReq uestTX usi.com Dallas, TX 75254 INSURER(S) AFFORDING COVERAGE NAIC # 214 443-3100 Zurich American Insurance Company 16535 INSURER A : p Y INSURED INSURER B : Starr Indemnity and Liability Company 38318 Moss Utilities, LLC Continental Insurance Company 11050 Ables Lane INSURER c : p Y 35289 Dallas, TX 75229 INSURER D : Tokio Marine Specialty Insurance Co. 23850 - INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXTEACH LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYLIMITS A X COMMERCIAL GENERAL LIABILITY GL0292702603 07/01/2024 07/01/20OCCURRENCE $2,000,000 CLAIMS -MADE I OCCUR DAMAGE O(Eaoccurence) $1,000,000 X XCU GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X ECOT X LOC OTHER: A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY HIRED X AUTOS ONLY B UMBRELLA LIAB SCHEDULED AUTOS X NON -OWNED AUTOS ONLY H OCCUR C X EXCESS LIAB CLAIMS -MADE _ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE❑ OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below D Pollution Liab Professional Liab MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $2,000,000 GENERAL AGGREGATE $4,000,000 (PRODUCTS - COMP/OPAGG $4,000,000 BAP292702703 07/01/2024 07/01/202 COMB (Ea acciINED dent) NGLE LIMIT dent) 2 , 000 ,000 BODILY INJURY (Per person) Is BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) 1000587163241 07/01/2024 07/01/202 EACH OCCURRENCE $5,000,000 (AGGREGATE $5,000,000 7092475845 07/01/2024 07/01/202 s5,000,000 WC292702503 07/01/2024 07/01/202 X STATUTE EORH N/A E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 PPK2691601 07/01/2024 07/01/2025 2,000,000 each claim 2,000,000 aggregate 25,000 retention DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The General Liability and Auto Liability policies include a blanket additional insured endorsement (ongoing and completed operations) that provides additional Insured status on a primary and noncontributory basis when there is a written contract between the named Insured an You can make a ditto copy Of this Such Status. IC01 with another certificate holder as (See Attached Descriptions) 'developer. CERTIFICATE HOLDER City of Fort Worth and ivaii b),llry bvvt u b, LLC 100 Fort Worth Trl Fort Worth, TX 76102 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Delete LICY PROVISIONS. A developer from here. © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S48413616/M45312116 C BS H D DESCRIPTIONS (Continued from Page 1) The General Liability, Auto Liability and Workers Compensation policies include a blanket waiver of subrogation endorsement when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto Liability, and workers compensation policies include an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder, with the exception of 10 days for nonpayment. Excess policies follow form over General Liability, Auto liability and Employers Liability policies subject to policy terms and conditions. Project Number: 105435 The City of Fort Worth, its officers, employees and servants are additional insureds for general liability and automobile liability on a primary and non contributory basis. Waiver of Subrogation in favor of the City of Fort Worth applies as respects workers compensation coverage. Additional insureds: Quail Valley Land Company, LLC Quail Valley Devco V, LLC Quail Valley Devco VIA, LLC Quail Valley Devco VIB, LLC Republic Property Group Ltd. RPG QVR LLC Walsh Holdings Ltd. Walsh Holdings Quail Valley LLC Walsh North Star Company Walsh Ranches Limited Partnership Dorothy Doss 2002 Grantor Trust No 1 Doss Ltd. First Texas Operating Company SAGITTA 25.3 (2016/03) 2 of 2 #S48413616/M45312116 0 Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 2927026-03 This endorsement modifiesinsu rance provided under the: Commercial General Liability Coverage Part Effective Date: 07/01/2024 A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. It such written contract or written agreement specifically requires that you provide thAt he person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury" "property damage" of personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one)r both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07104 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A GW (02/19) Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with is permission. in the performance of: (a) Your ongoing operations, with respect to Paragraph.2 a. above; or (b) "Your work" and includedn the "products -completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. if neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by, (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law, (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04113 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products -completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. U-GL-2162-A CW (02119) Page 2 of 4 lnalid es copyrighted material of Insurance Services Office, Inc., with its permission. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifiat ions; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused Me bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurreme, Offense, Claim Or Suit of Section IV —Commercial Gerrel Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section 1V — Commercial General Liability Conditions. Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any otheiri surance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance atrorded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added:o Section III — Limits Of Insurance: Additional Insured — Automatic — Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-2162-A CW (02119) Page 3 of 4 includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02119) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Coverage Extension Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Pol'icy No. BAP 2927027-03 I Effective Date: 07/01/2024 This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 0 ZUICH 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured' while operating an "auto" hired or rented under a contract or agreement in ahem ployee's° name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required n the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any persons? ) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment —Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. U-CA-424-H CW (10/21) Page 1 of e Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section 11— Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any. (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a "private passenger type", light truck or medium truck is disabled. However, the labor must be performed at the place of disablement. As used in this provision, "private passenger type" means a private passenger or station wagon type "auto" and includes an "auto" of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage —Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; U CA-424-H CW (10121) Page 2 of 6 Includes copyrighted material of Insurance Services office. Inc., with its permission. (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto'; or (3) Collision only if the Declarations Indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day to a maximum of $3000. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured", and (2) In or on a covered "auto" b. Subje t to Paragrapha. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (6) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage underthe Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured'; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductble Provision does not apply to sucMI oss" K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section Ill — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the lltkru Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424-H CW (110121) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair- 3. Servicing; 4. "Loss'; or 5. Destruction. 2. The following' Is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible; or the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation), The failure of any agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit'; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. O. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: U-CA-424-H CW (10121) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official s duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto'. Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement orfifiormatio n. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto —World Wide Coverage Paragraph 7.b.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intendedro m the standpoint of the "insured". This exclusion does not apply to "bodily'Injury" or "property damage" resulting from the use of reasonable force to protect persons or property. U. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4, Coverage Extensions Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "autd' Is returned to use or we pay for its "loss". U-CA-424-H CW (1Of­ '; Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "aut" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto" excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "aut powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not ah auto" powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CM44 H CW (10121) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. General Liability Supplemental Coverage Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAWUL LY. Policy No. GLO 2927026-03 1 Effective Date: 07/01/2024 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following changes apply to this Coverage Part. However, endorsements attached to this Coverage Part will supersede any provisions to the contrary in this General Liability Supplemental Coverage Endorsement. A. Broadened Named Insured 1. The following is added to Section 11 — Who Is An Insured: Any organization of yours, other than a partnership or joint venture, which is not shown in the Declarations, and over which you maintain an ownership interest of more than 50% of such organization as of the effective date of this Coverage Part, will qualify as a Named Insured. However, such organization will not qualify as a Named Insured under this provision if it: a. Is newly acquired or formed during the policy period; b. Is also an insured under another policy, other than a policy written to apply specifically in excess of this Coverage Part; or c. Would be an insured under another policy but for its termination or the exhaustion of its limits of insurance. Each such organization remains qualified as a Named Insured only while you maintain an ownership interest of more than 50% in the organization during the policy period. 2. The last paragraph of Section II — Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. B. Newly Acquired or Formed Organizations as Named Insureds 1. Paragraph 3. of Section II —Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain an ownership interest of more than 50% of such organization, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 1801h day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. U-GL-1345-C TX (03/20) Page 1 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. An additional premium will apply in accordance with our rules and rates in effect on the date you acquired or formed the organization. 2. The last paragraph of Section II — Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. C. Insured Status — Employees Paragraph 2.a.(1) of Section II — Who Is An Insured is replaced by the following: 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (1) 'Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However: Paragraphs (1)(a) and (1)(d) do not apply to your "employees" or "volunteer workers", who are not employed by you or volunteering for you as health care professionals, for "bodily injury" arising out of "Good Samaritan Acts" while the "employee" or "volunteer worker" is performing duties related to the conduct of your business. "Good Samaritan Acts" mean any assistance of a medical nature rendered or provided in an emergency situation for which no remuneration is demanded or received. Paragraphs (1)(a), (b) and (c) do not apply to any "employee" designated as a supervisor or higher in rank, with respect to "bodily injury" to co -"employees". As used in this provision, "employees" designated as a supervisor or higher in rank means only employees who are authorized by you to exercise direct or indirect supervision or control over "employees" or "volunteer workers" and the manner in which work is performed. D. Additional Insureds — Lessees of Premises 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) who leases or rents a part of the premises you own or manage who you are required to add as an additional insured on this policy under a written contract or written agreement, but only with respect to liability arising out of your ownership, maintenance or repair of that part of the premises which is not reserved for the exclusive use or occupancy of such person or organization or any other tenant or lessee. This provision does not apply after the person or organization ceases to lease or rent premises from you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contractor written agreement to provide for such additional insured. 2. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: U-GL-1345-C TX (03/20) Page 2 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph D.I. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph D. shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured — Vendors 1. The following change applies if this Coverage Part provides insurance to you for "bodily injury" and "property damage" included in the "products -completed operations hazard": Section 11— Who Is An Insured is amended to include as an additional insured any person or organization (referred to throughout this Paragraph E. as vendor) who you have agreed in a written contract or written agreement, prior to loss, to name as an additional insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business: However, the insurance afforded to such vendor: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such vendor. 2. With respect to the insurance afforded to these vendors, the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury' or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of Inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations except such operations performed at the vendor's premises in connection withh a sale of the product; (7) Products which, Ater distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs (4) or (6); or (b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering Into, accompanying or containing such products. U-GL-1345-C TX (03120) Page 3 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. c. This insurance does not apply to any of "your products" for which coverage is excluded under this Coverage Part. 3. With respect to the insurance afforded to the vendor under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the vendor is the amount of insurance: a. Required by the written contractor written agreement referenced in Subparagraph E.I. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Additional Insured — Managers, Lessors or Governmental Entity 1. Section II — Who is An Insured is amended to include es an insured any person or organization who is a manager, lessor or governmental entity who you are required to add as an additional insured on this policy under a written contract, written agreement or permit, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omission of those acting on your behalf; and resulting directly from: a. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit; b. Ownership, maintenance, occupancy or use of premises by you; or c. Maintenance, operation or use by you of equipment leased to you by such person or organization. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. 2. This provision does not apply: a. Unless the written contract or written agreement has been executed, or the permit has been issued, prior to the "bodily injury", "property damage" or offense that causetperso nal and advertising injury"; b. To any person or organization included as an insured under Paragraph 3. of Section II — Who Is An Insured; c. To any lessor of equipment if the `occurrence" or offense takes place after the equipment lease expires; d. To any: (1) Owners or other interests from whom land has been leased by you; or (2) Managers or lessors of premises, if. - (a) The 'occurrence" or offense takes place after the expiration of the lease or you cease to be a tenant in that premises; (b) The "bodily injury", "property damage" or "personal and advertisingliury" arises out of the structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor; or (c) The premises are excluded under this Coverage Part, 3. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-1345-C TX (03120) Page 4 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Required by the written contract or written agreement referenced in Subparagraph F.1, above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph F. shall not increase the applicable Limits of Insurance shown in the Declarations. G. Damage to Premises Rented or Occupied by You I. The last paragraph under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage To Premises Rented To You Limit of Insurance applies to this coverage as described in Section III — Limits Of Insurance. 2. Paragraph 6. of Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. H. Broadened Contractual Liability The "insured contract" definition under the Definitions Section is replaced by the following: "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract'; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage", or "personal and advertising injury" arising out of the offenses of false arrest, detention or imprisonment, to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. I. Definition — Specific Perils The following definition is added to the Definitions Section: "Specific perils" means: U-GL-1345-C TX (03/20) Page 5 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Fire; b. Lightning; c. Explosion; d. Windstorm or hail; e. Smoke; f. Aircraft or vehicles; g. Vandalism; h. Weight of snow ice or sleet; i. Leakage from fire extinguishing equipment, including sprinklers; or j. Accidental discharge or leakage of water or steam from any part of a system or appliance containing water or steam. J. Limited Contractual Liability Coverage — Personal and Advertising Injury 1. Exclusion e. of Section I — Coverage B — Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (11 Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for "personal and advertising injury" if: (a) The "personal and advertising injury" arises out of the offenses of false arrest, detention or imprisonment; (b) The liability pertains to your business and is assumed in a written contract or written agreement in which you assume the tort liability of another. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; and (c) The "personal and advertising injury" occurs subsequent to the execution of the written contract or written agreement. Solely for purposes of liability so assumed in such written contract or written agreement, reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury" described in Paragraph (a) above, provided: (i) Liability to such party for or for the cost of, that party's defense has also been assumed in the same written contract or written agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. Paragraph 2.d. of Section I — Supplementary Payments — Coverages A and B is replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; 3. The following is added to the paragraph directly following Paragraph 21. of Section I — Supplementary Payments — Coverages A and B: Notwithstanding the provisions of Paragraph 2.42) of Section I —Coverage B— Personal And Advertising Injury Liability, such payments will not be deemed to be damages for "personal and advertising injury" and will not reduce the limits of insurance. U-GL-1345-C TX (03/20) Page 6 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Supplementary Payments The following changes apply to Supplementary Payments — Coverages A and B: Paragraphs 1.b. and 1.d. are replaced by the following: b. Up to $2,500 for the cost of bail bondsequired because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. L. Broadened Property Damage 1. Property Damage to Contents of Premises Rented Short -Term The paragraph directly following Paragraph (6) in Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III — Limits Of Insurance. 2. Elevator Property Damage a. The following is added to Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to "property damage" arising out of the use of an elevator at premises you own, rent or occupy. b. The following is added to Section III — Limits Of Insurance: Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property damage" to property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy is $25,000 per "occurrence". 3. Property Damage to Borrowed Equipment a. The following is added to Exclusion.j of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraph (4) of this exclusion does not apply to "property damage" to equipment you borrow from others at a jobsite. b. The following is added to Section III — Limits Of Insurance: Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property damage" to equipment you borrow from others is $25,000 per "occurrence". M. Expected or Intended Injury or Damage Exclusion a. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury Or Damage "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. N. Definitions — Bodily Injury The "bodily injury" definition under the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish mental injury, shock, fright or death sustained by that person which results from that bodily injury, sickness or disease. - U GL-1345-C TX (03/20) Page 7 of 12 includes copyrighted material of Insurance Services Office, Inc., with its permission. O. Insured Status — Amateur Athletic Participants Section 11 — Who Is An Insured is amended to include as an insured any person you sponsor while participating in amateur athletic activities. However, no such person is an insured for: a. "Bodily injury" to: (1) Your "employee", "volunteer worker" or any person you sponsor while participating in such amateur athletic activities; or (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company) while participating in such amateur athletic activities; or b. "Property damage" to property owned by, occupied or used by, rented to, in the care, custody or control of, or over which the physical control is being exercised for any purpose by: (1) Your "employee", "volunteer worker" or any person you sponsor; or (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). P. Non -Owned Aircraft, Auto and Watercraft Exclusion g, of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: g. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; (5) An aircraft that is hired or chartered by you or loaned to you, with a paid and licensed crew, and is not owned ir. whole or in part by an insured, or (6) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part ot, a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment". Q. Definitions — Leased Worker, Temporary Worker and Labor Leasing Firm 1. The"lease d worker" and "temporary worker" definitions under the Definitions Section are replaced by the following: "Leased worker" means a person leased to you by a "labor leasing firm" under a written agreement between you and the "labor leasing firm", to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". U-GL-1345-C TX (03/20) Page 8 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. "Temporary worker" means a person who is furnished to you to support or supplement your work force during "employee" absences, temporary skill shortages, upturns or downturns in business or to meet seasonal or stto term workload conditions. "Temporary worker" does not include a "leased worker". 2. The following definition is added to the Definitions Section: "Labor leasing firm" means any person or organization who hires out workers to others, including any: a. Employment agency, contractor or services; b. Professional employer organization; or c. Temporary help service. R. Definition — Mobile Equipment Definition 12. in Section V — Definitions is replaced by the following: 12. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in Paragraph a., b., c., or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in Paragraph a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment, exceeding a combined gross vehicle weight of 1000 pounds, are not "mobile equipment' but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment' does not include any land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is license or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". S. Definitions —Your Product and Your Work The "your product' and "your work" definitions under the Definitions Section are replaced by the following: "Your product": U-GLA345-C TX (03120) Page 9of12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired, and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your product'; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. "Your work": a. Means: (1) Work, services or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work, services or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your work"; and (2) The providing of or failure to provide warnings or instructions. T. Duties in the Event of Occurrence, Offense, Claim or Suit Condition The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: [Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to any insured listed under Paragraph 1. of Section II — Who Is An Insured or an "employee" authorized by you to give or receive such notice. Knowledge by other "employees" of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge In the event that an insured reports an 'occurrence" to the workers compensation carrier of the Named Insured and this "occurrence" later develops *nto a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being mace aware that the particular claim is a General Liability rather than a Workers Compensation claim. U. Other Insurance Condition Paragraphs 4.a. and 4.b.(1) of the Other Insurance Condition of Section IV — Commercial General Liability Conditions are replaced by the following: 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when Paragraph b. below applies. If this insurance is primary, our obttg ions are not affected unless any of the other insurance is also primary. Then, we will share with all that other U-GL-1345-C TX (03120) Page 10 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. insurance by the method described in Paragraph c. below. However, tnis nsurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. Other insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (i) That is property insurance, Builders Risk, Installation Risk or similar coverage for "your work'; (ii) That is property insurance purchased by you (including any deductible or self insurance portion thereof) to cover premises rented to you or temporarily occupied by you with permission of the owner; (iii) That is insurance purchased by you (including any deductible or self insurance portion thereof) to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (iv) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I — Coverage A —Bodily Injury And Property Damage Liability; or (v) That is property insurance (including any deductible or self insurance portion thereof) purchased by you to cover damage to: Equipment you borrow from others; or Property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy. (b) Any other primary insurance (including any deductible or self insurance portion thereof) available to the insured covering liability for damages arising out of the premises, operations, products, work or services for which the insured has been granted additional insured status either by policy provision or attachment of any endorsement. Other primary insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. (c) Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", clairar "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. V. Unintentional Failure to Disclose All Hazards Paragraph 6. Representations of Section IV — Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: a. Fail to disclose all hazards existing at the inception of this policy; or U-GL-1345-C TX (03/20) Page 11 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. b. Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. W. Waiver of Right of Subrogation Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions is replaced by the following: B. Transfer Of Rights Of Recovery Against Others To Us a. If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If the insured waives its right to recover payments for injury or damage from another person or organization in a written contract executed prior to a loss, we waive any right of recovery we may have against such person or organization because of any payment we have made under this Coverage Part. The written contract will be considered executed when the insured's performance begins, or when it is signed, whichever happens first. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. X. Liberalization Condition The following condition is added to Section IV — Commercial General Liability Conditions: Liberalization Clause If we revise this Coverage Part to broaden coverage without an additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the state shown in the mailing address of your policy. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-1345-C TX (03120) Page 12 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule AL:, PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07-01-24 Policy No. WC 2927025-03 Insured MOSS UTILITIES, LLC Insurance Company ZURICH AMERICAN INSURANCE COMPANY Countersigned By WC 00 03 13 (Ed. 4-84) © 1983 National Council on Compensation Insurance. Endorsement No. Premium $ INCL . 0 Blanket Notification to Others of Cancellation ZURICH or Non -Renewal THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 2927026-03 1 Effective Date: 07/01/2024 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.I. or Paragraph 13.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U-GL-1521-13 CW (01119) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.I. of 07* this endorsement is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph B.2. of 30** this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. All other terms and conditions of this policy remain unchanged. U-GL-1521-B CW (01119) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Blanket Notification to Others of Cancellation 0 or Non -Renewal ZUFUH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 2927027-03 1 Effective Date: 07/01/2024 This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part SCHEDULc The total number of days for mailing or delivering with respect to Paragraph 6.1. of this endorsement' Is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph 13.2. of ** this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract ovr itten agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured Such list: 1. Must be provided to us prior to cancellation or non -renewal, 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format thats acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.I. or Paragraph B.2. above. U-CA-832-B CW (03123) Page 1 of 2 Includes copyrighted material of Insurance Services office, Inc., with its permission. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-832-B CVV (03/23) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. ACORN CERTIFICATE OF LIABILITY INSURANCE 2 DADDYYYY) `�- ../21;j202f1 2/24/2/24/2025 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). p CONTACT PRODUCER Lockton Companies, LLC NAME: DBA Lockton Insurance Brokers, LLC in CA PHONE FAX IA/C. No. Es0! (A)C. Nol: CA license #OF]5767 E-MAIL ADDRESS: 2100 Ross Ave., Ste. 1400 , Dallas TX 75201 INSURER(S) AFFORDING COVERAGE (214) 720_5563 INSURER A: Safety National Casualty Corporation INSURED MARIO SINACOLA & SONS EXCAVATING, INC. INSURER B : Great American Insurance Company 1397399 10950 RESEARCH ROAD INSURER C : Frisco TX 75033 USA INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 21320781 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL'SU9RPOLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSD wvn POLICY NUMBER (MM/DD/YYYYI 'MWDD/YYYY1 LIMITS A X COMMERCIAL GENERAL LIABILITY � OCCUR TCLAIMS-MADE GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRCTO JE LOC OTHER: A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED _ AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY B X UMBRELLA LIAB X I OCCUR EXCESS ICLAIMS-MADE VA Y GL 6676705 Y y CA 6676704 Y I Y I TUU 4256023 11 l7 DED I I RETENTION $ WORKERS COMPENSATION Y / N Y LDC4068680 A AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below 2/28/2025 , 2/28/2026 2/29/2025 1 2/28/2026 2/28/2025 2/28/2026 2/28/2025 1 2/28/2026 EACH OCCURRENCE s 2,000,000 I PREMUSE I I HtI�TEren MED EXP (Any one person) PERSONAL & ADV INJURY $ 100,000 $ 5 000 $ 2,000,000 GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ 4 000 000 $ 4.000.000 , $ $ 7 000 Q00 EOMBBIIN 8D SINGLE LIMIT BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAG $XXXXXXX EACH OCCURRENCE AGGREGATE Ij " X I STATUTEI I ER $XXXXXXX S 10,000,000 Is 10,000,000 I $ XXX=X E.L. EACH ACCIDENT Is 1,000.000 E.L, DISEASE - EA EMPLOYEE $ 1 o0 Q00 E.L. DISEASE - POLICY LIMIT 1 $ 1.000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Sinacola Job Number 24019, CPN 105435. Project: Walsh Ranch - Quail Valley - Legacy Park Boulevard Street Lights. Location: Fort Worth, Texas, The City of Fort Worth, its officers, employees and servants are additional insureds for general liability and automobile liability on a primary and iron contributory basis, Waiver of Subrogation in favor of the City of Fort Worth applies as respects workers' compensation coverage. City of Fort Worth 100 Fort Worth Trail, Fort worth, TX 76102 CERTIFICATE You can make a ditto copy of this COI with another certificate holder as Ideveloper. (.AIV[.aLCA_ITQ�. C ALCdCIIl I1Ct1LD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 2132�%$ THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of rt Worth a , Leo T� u. a — Delete developer Faft War'th TP AUTHORIZE from here. ennessee? JRATION. All rights reserved. ACORD 25 (2016/03) T Thls Is Wrong, re registered marks of ACORD Attachment Code: D470795 Master ID: 1397399, Certificate ID: 21320781 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/28/2025 — 2/28/2026 Policy No. GL 6676705 Endorsement No. Named Insured Mario Sinacola & Sons Excavating, Inc. Premium $ Insurance Company Safety National Casualty Corporation Countersigned By (Countersignature by the Broker or Agent shall only occur in the mailing states that require countersignature) SNGL 047 0514 Safetv National Casualtv Corporation Pane 1 of 1 Attachment Code: D512370 Master TD: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization as required by All of your projects, written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above. will be shown in the A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 Attachment Code: D512370 Master TD: 1397399, Certificate ID: 21320781 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 Attachment Code: D512371 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization as required Ali of your projects. by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule. if not shown above, will be shown in the A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code: D512366 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any Person or Organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule. if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code: D547141 Master TD: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG20011219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code: D512368 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: CA 6676704 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MARIO SINACOLA & SONS EXCAVATING, INC Endorsement Effective Date: 2/ 2 8/ 2 0 2 5 SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Attachment Code: D512364 Master ID: 1397399, Certificate ID: 21320781 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART SCHEDULE Name Of Person Or Organization: Any Person or Organization as required by written contract or agree7.e_- t--t executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CHANGE We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for "bodily injury" or "property damage" to which this insurance applies, caused by an "accident' and resulting from the ownership, maintenance or use of a covered "auto". This waiver applies only to the person or organization shown in the Schedule above. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2 / 2 8 / 2 0 2 5 Policy No. CA 6676704 Named Insured MARIO SINACOLA & SONS EXCAVATING, INC Insurance Company Safety National Casualty Corporation Countersigned By Endorsement No. Premium $ Included SNCA 027 10 13 Safety National Casualty Corporation Page 1 of 1 Attachment Code: D580710 Master ID: 1397399, Certificate ID: 21320781 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/28/2025 Policy No. CA 6676704 Named Insured MARIO SINACOLA & SONS EXCAVATING, INC Insurance Company Safety National Casualty Corporation Countersigned By Endorsement No. Premium $ Included SNCA 039 10 13 Safety National Casualty Corporation Page 1 of 1 Attachment Code: D545570 Master TD: 1397399, Certificate ID: 21320791 Auto Policy Number: CA 6676704 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 Attachment Code: D512358 Master TD: 1397399, Certificate ID: 21320781 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ANY PERSON OR ORGANIZATION AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT THAT IS EXECUTED PRIOR TO THE LOSS. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. OK This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/ 2 8/ 2 02 5 Policy No. LDC 4 0 6 8 6 8 0 Endorsement No. Insured MARIO SINACOLA & SONS EXCAVATING, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 00 03 13 (04 84) 9 1983 National Council on Compensation Insurance. Page 1 of 1 Attachment Code: D635394 Master ID: 1397399, Certificate ID: 21320781 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 99 35 SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES ENDORSEMENT As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. OK This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/28/2025 Policy No.LDC4068680 Endorsement No. Insured MARIO SINACOLA & SONS EXCAVATING, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 99 99 35 (07 12) Page 1 of 1 1 2 3 4 5 6 EXECUTED IN DUPLICATE SECTION 00 6213 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 7 That we, Moss Utilities, LLC._ 8 9 10 11 12 13 14 15 16 006213-1 PERFORMANCE 80ND Page 1 of2 Bond No. GSH5900178 KNOW ALL BY THESE PRESENTS: known as "Principal" herein and The Grav Casualtv & Surety Comoanv , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Quail Valley Devco V, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City'), in the penal sum of, One Million_ Five Hundred Thirty -One Thousand, Nine Hundred Nineteen Dollars and Zero Cents ($1,531, 919.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number CFA24-0106; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 18th day of November , 20 24 , 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 law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Walsh Ranch — Quail Valley — Legacy Park 25 Boulevard. 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, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch —Quail Valley —legacy Park Boulevard STANDARD CITY CONDrrIONS — DEVELOPER AWARDED PROJECTS City Project No. 103435 Revised January 31, 2012 00 62 13 - 2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 21 st day of January M, 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 , 20 25 . ATTE (Prin al) Secretary J � � r Witness as to Pl ncipal PRINCIPAL: _Moss Utilitie BY: ignature Garrett J. Moss. President Name and Title Address: 1105Q Ables Lane Dallas. TX 75229 SURETY: The Gray Casualty & SureW Company Sean McCauley, Attorney -in -Fact Name and Title Address: P.O. Box 6202. Metairie, LA 70009 Witness to Surety, Cade Allie Telephone Number: (504) 888-7790 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch— Quail Valley— Legacy Park BOulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 Bond #108145220 0062 13- 1 PERFORMANCE BOND Page 1 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, Mario Sinacola & Sons Excavating, Inc. known as "Principal" herein and 8 Travelers Casualty and Surety Company of America , a corporate surety(sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Quail Valley Devco V, LLC, authorized to do 11 business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, One Million. Five Hundred Thirtv Thousand, Ninetv Eiaht Dollars 13 and Eiahty Cents ($1,530,098.80), lawful money of the 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 15 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 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 by and through a Community Facilities Agreement, 19 CFA Number CFA24-0106; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 18th day of November 2024, 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 law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Walsh Ranch — Quail Valley — Legacy Park 25 Boulevard. 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, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch — Quail Valley— Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 0062 13-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall fie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fart 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 22nd day of 9 January 20 25 . 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A ES Q (Princippa) Secretary Joseph S. nacola t,6_ (f Witness as to Principal Stephen Scott, V.P. PRTN Mari i o SonLExcavatiniz,lnc.. BY: Signat Harlan lanes, _ e President. Name and Title Address: 10950 Research Road _FriscoTX 75033 SURETY: Travelers Casualty and Surety Company of America BY: C�Llru.�.7 ignature Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, S102A Hartford, CT 06183 Witneess0tto Surety Telephone Number: 214-989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shal l not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch— Quail Valley— Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 00 62 14 -1 PAYMENT BOND Page 1 of 2 EXECUTED IN DUPLICATE 1 SECTION 00 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § Bond No. GSH5900178 5 § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TARRANT § 7 That we, Moss Utilities. LLC , known as "Principal" herein, and 8 The Gray Casualtyy r nmpany 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, Quail 11 Valley Deveo v, 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 One Million, Five Hundred 13 Thirty -One Thousand, Nine Hundred Nineteen Dollars and Zero Cents, ($1.531.919.00), lawfiil 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 severally, 17 firmly by these presents: 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, CFANumber CFA24-0106; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 18th day of November 20 24 , 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 Walsh Ranch -- Quail Valley — Legacy 26 Park Boulevard. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principat shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter r 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statute. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDrr14NS — DEVELOPER AWARDED PROJECTS City Project No,105435 Revised Januay 31, 2012 1 2 this vts�u IVr�vSS 3 ment by op the 5 danUa p authori2ed agpnincipal and Sure pA 0062 z 25 s t�' hav �'a ? and officers on �h each SIC4D and S� I. oNp 8 the 29 AL.8,D 1, st 1d A1'T M�VCIpAL \� day of 11 ss *%Oaturec ti 12 Pin ipal �y73 Secretary14 ��'`�� 15 �'arrett�-4zo:ss l'tesident 19 Mess as top c Address:11050 e and Tltle 1I [os � 20 Via! '`"��\ rDalla I ane 21 223 22 23 SUS 24 A ST TheG C ast� 26 Sure,} By al & Sure Co 27�Li ?$ at1] Hackatt S; I�Uitnoss Se afire 29 ' Me 31 �i'l�es to S �o Ad Naa'e and Title `of 32 gll�e Note: ss Mep 0;gox62p2, If si 3d bylaw showing ed by all officer a f Ielephorie hum address g that this the S her 35 's d�erent from its m Person has autho there most be nn f 88S 7Tg� �lin ale 35 The date of the bond al g address, both nta sty such ol'llbati �'Red enact 37 shall not be prior to st be provided on. If Surety's porn the 38 the date the Contract i Physical 39 s a�'arded ©fiSE�t7N srAlv,6�'r WqR A Y3Th Ja"U8►Y3j� NQ-O, US - DgVz:'/ O PER.9WgAfl�j pROlZCTs va/sh Rich _Quail v�ky, �Ge Q o ark B0ulervd �No 14Sg3S Bond #108145220 1 2 3 4 5 6 7 8 9 10 11 12 13 0062I4-1 PAYMENT BOND Page 1 of 2 SECTION 00 62 14 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Mario Sinacola & Sons Excavating, Inc. , known as "Principal" herein, and Travelers Casualty and Surety Company of America , a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Quail Valley Devco V, LLC, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Million, Five Hundred, Thirty Thousand. Ninetv Eight Dollars and Eighty Cents ($1,530,098.80), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well 15 and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 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 Number CFA24-0I06; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 18th day of November , 2024 , 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 Walsh'Ranch — Quail Valley — Legacy 26 Park Boulevard. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statute. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 Oa6214-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNET] and SEALED 2 this instrument by duly authorized agents and officers on this the 22nd day of 3 January , 20 25 . 4 5 5 7 8 9 ITS10 11 (Principal) Secretary 12 Joseph Sinacola 13 14 15 16 17 Witness as to Principal 18 Stephen Scott, V.P. 19 20 21 22 23 ATTEST: n 24GL�►vG.r� 25 (Surety) Secretary 26 27 28 29 30 VlNkss to Surety ' 31 32 33 34 35 36 37 W. 39 PRINC I P Mario Si la , ons E cavatina. Inc. I3Y. GI - Signature Harlan Jones, Vice resident Name and Title Address: 10950 Research Road Frisco, TX 75033 SURETY: Travelers Casualty and Surety Company of America L BY. Azullo Signature Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, 5102A Hartford, CT 06183 Telephone Number: 214-989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Walsh Ranch -- Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No, 105435 Revised January 31, 2012 1 2 FCUT IN oLIP 3 1ICAT 4 �,, "5��� c �Ci1�i 4 ANN77 4 62 �9 - l 5 ST,4 � OF �,� - ``.`vNTEj���0� ��19 tag BOND 6 ,ll �Akk 9 The C °ss ilWit;� � � 'Aj j,B�, one) dul S Bond NQ GS 10 °rmore Yauthori-Zed to do b known as « S p StAlrj% 017$ 17 to do b }fie e held and 1� � jness in the State o ' a corporatpr�ncip �, here 12 Ito ss - Te bound u fTe s e surety and xas ,, unto the , kno (Su eti 13 -boll, rn the sujn o f ►'eloper'} and theDe�eloPer, QuailW as «Surejy�,he es, ifulore than 14 an fro e Millio City of F Walley rev rein (whether on 15 � �°�, Tftant Co rent i$I, sdl 919 0(? if VCx11nda'ed ? hr ort wOr b a Texas � � L.LC, author e �,1a Qae nlunic tired 16 executors, and the C. 'ty are s, forpa, e, W �l MoneY °f the °U�nd 1V' e rpal cO?joration adnaini dual obli f�in h�ch s United A need 1 stratosuccesso des and then sucC s aj�e11 and �t►ly bees, to be paid � Port )t 8 co'n7nunityffacil oeveloper d signs,�aintl rs, we bind ° se�adeJ°intly unto CPA lvumber CFitaes iU the City of od City bake entered .y and se �erally irrtn Y hs, our heirs the 21 D �� A24�n1 �6; and � �°�h by an,d two to all Agreement fo y theme pre�nts. r the �2 he 1�h da a pr►ncipal has en ugh a Co�rit unity FaC i Co ,W.u�on warded the Of Eby refs Y of Neye teed into a tees Affluent 3 materials, e9ui pr to and a made part h bet rtau) wntrten Contract, 25 tirork,'neludin ent labor and other ereo(for all p°rPos 2p 4wig the �Ve the "wor g an work access or, es as i f �' which 1OPer, 26e k' j as paid resulting fro res as de fin fu11y set f°rt Contet is 2� gacY park Bouleyard� for saki Con du1Y autho . law, in the pro �erejn, to rtir all and and desi h cUti 2g �f gratAS.ed Chan OrYler(Coll on ofthe 29 req�a accOrdance i1qth the plan, Fnncrpa! bids itsel Walsh Ch wail e1Y herein 3p in free j specrfi, f to Uscationse Valley after the date defer in material, and Contras materials and to DoCU ons 321 'D ftl? A real ACcePtance ofthe Wor or anship far an merits that d' 'or uCt the work in Upon �ceiv�g no$� Incipal bids dself ork by the City <Ma��g the period � Is and will � o tenant Period �m the . j)eyelopert° repair or recgns tenanCe Period�,�= �o (2� 3'�'ats Re 'QCITYW0, and�or City °ithe edct the work ill whole and �'Y31, 2d 12S _ DE theft fat °r �n pact VELppER A any tltaie within the WAROEo PROlEC`1 S W *6 �� � pvait Valley, CityJectZy1d s 3S 1 NQ r 2 reV��edy � ft, the 3 Y detective Ivor Condition q re ain factQ, to for yYhich turtel of this obligatio M � v0 ° 62 is . 2 8 jn fu11 force and e$ ct• le City, then this bl notice tivas pro idea n is ti ch at if pr c; c� uf� �'RO batten shalt bee meY�ovelOPe�• or city shall 6 noti 7 de f ° defdve Wo ftowER� if p o nil and void °t° a 8 by the p Ivork to be r ! it is agreed that °?Pal shall so the vise to fail 9 1'rincipal and, the Surd and/or recOnst., eloper or City 1�� paxr or recons�Ct ed 1© 71 ant c ROWOED F tY under this 1fainten Werth all s°ciated use any and all �c trrne1Y 11 PROM Div SiotY, Texas or the' -k that if and le a Bond, and Costs therep fbe bor 12 y� n, and � States Distcig Cfl action be tjed ©lt thts °e 13 Ov 1VO Bond, venom � f°r the st CCessiverecovcreE17 �� that rtlie shall lie ut � Oisir;ct �, port 14 s ma Y be had hcr�nd us Obli;ati°n shall b ofT e Or $u°cessive breache5ontinuous in nat"re and cr'oppo Revi�;.ITiON ata s Dot ��AiVq�ED PRO,IEC.,.S IVAIsh Rich' C43, Pe�, Mo � w 2ss 3 t n mment by dilll�pl,� ali 5 , 2q2 �Qed agents and d Surer, �a varaEry 62 [g . 6 leejs °n this the Z�sth SIC14D and S� "V 3O i 8 \ day of Ja QED this 9 10 72 (Pr• 13 spat) Secrefa t3' 14 15 16 Witneas '. 18 to prn1CjPa���'`- 19 20 27 22 23 24 AEST 25 26 Nac 28 ke# 29 Witness 30 31 i�'tlneSs to She 32 t; Cad 33 34 35 36 3;7 38 Note, tfslg°ed h Y �Mcipxzs ' h`Ioss Itt,es $Y pare J �°� P�side Adrte 44d dress. I Da11 0A'bles.i„an � Tx �5229 l bra . By Casualt & Suret C °NP�n.._ S� � l re Sean McGaul a Afar Address..Nane and Tt le n+Fact Me ' � °X 62p2 fr 10 g~ retephone"Umber.��009 of 6�4 Scorn the by_laus shy r the Stu eta' C° ely s PhYsicaI addrDsl that this Petao�Y, there ►nth be fhe date o f dlent from its m`�s andiori�, Io s°u trle a Ge e ailine Fact gn s c bOnd Shall not address, bo must llp h °hlFg °n If be Prior tIi to the date the Coma st he Proytded. et is a��ded e Al/ie 07Yo"'o LjRev � cnyco 11 t0 ?O/? N3,DRVV'COpRR'AW4RQRD pR0'%�� �►�ti Quail Valley 3S McCauley Bond Agency 01121/202514.36 28053360857 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: GSH5900178 Principal: Moss Utilities, LLC Project: Walsh Ranch - Quail Valley - Legacy Park Boulevard - Fort Worth, Texas KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Sean McCauley, Liam Hackett, Sam Duckett, Jarrod Yost, Sarah Timmons, Ashlyn Simchik, and Bridget Truxillo of Dallas, Texas jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26a' day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 4' day of November, 2022. 7 rj�s° B .: Michael T. Gray Cullen S. Piske( SEAL S } President President The Gray Insurance Company The Gray Casualty &Surety Company ,r State of Louisiana ss: Parish of Jefferson On this Th day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. �AIvtQ t Leish Aisne Henke l ' '� Notary PuWiC Leigh Anne Henican Notary ID No.92653 Notary Public, Parish of Orleans State of Louisiana 6 Orleans Parish, Louisiana My Commission is for Life 1, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attomey given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 21st day of January 2025 I, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company , do hereby certify that the above and forgoing is a true and correct copy of a Power of Attomey given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 34at day of January 2025 ERAN;,I Y ;L `: SEAL Texas Department of Insurance i Certificate No. 13623 ~' 'f Company No. 0 8- 0 9 5 7 6 5 THIS IS TO CERTIFY THAT Certificate of Authority THE GRAY CASUALTY & SURETY COMPANY METAIRIE, LOUISIANA has complied with the laws of the State of Texas applicable thereto and is hereby authorized to transact the business of Fire; Allied Coverages; Inland Marine; Ocean Marine; Aircraft-- Liability & Physical Damage; Workers' Compensation & Employers' Liability; Employers' Liability; Automobile --Liability & Physical Damage; Liability other than Automobile; Fidelity & Surety; Glass; Burglary & Theft; Forgery; Boiler & Machinery and Reinsurance on all lines authorized to be written on a direct basis insurance within the state of Texas. This Certificate of Authority shall be in full force and effect until it is revoked, canceled or suspended according to law. IN TESTIMONY WHEREOF, witness my hand and seal of office at Austin, Texas, this 9th day of June A.D..2004 JOSE MONTEMAYOR CO �MISSIONER OF SURANC BY Godwin Ol.aecllesi, Director Company Licensing & Registration Ne ce:i UR,7l. The Gray Brae / nsurance Co ua/�' & Sure ty COm an Y o Statutory C°mp/ain 7 ou may contact rmaton or to make a t Notice To Obtain,nf 54�6�11. the Surety via tele Comp/aunt: You may also write phone for inf°rma , to the Surety at,. tion or to make a co mplajnt at: 1 _SO4_ You ma P.0 r8okuretY Coverage also contact the Metairie LA OX 202 rigp/a n hts or comexas Departm Z0009-6202 Insurance a entof/n is at , 800 252'343 surance too bt 9 You may ain Write it tlnfor'nation o P Austin, ta. Box 149104 o the Texas Departnanles TX � ent o. a / ml UM DR C�gIM Fax: 512,48714-91Q4 f Texas you should DISPUTES; 75�1>>1 Department of contact ATT the Surety u/d You have a ecoisp mCN THIS No anCe' firs if the dispute is tot Cerning reservation art f�f C°ndit on oo YDV R Ppt/e not resolved Your ern'u,n or abo f any °f right the tta Y. This Y contact ut s, No a the notice t t under any aY rights or de fe herein shaa °Cumerit This for informati he genera/ afire nses, a e dee s notice °n on/ ement of indemnityG.aY hereby o be an esto pis een u aerd does not a contracts agree // o f its rightsvvalver or Modifi,a to ts> and de fe tion bonds, or app/icab/e /aw. Bond #108145220 0062 19- 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, Mario Sinacola & Sons Excavatine_ . Inc. known as "Principal" herein and 8 Travelers Casualty and Surety Company of America , 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 Developer, Quail Valley Devco V, LLC, authorized 11 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of One Million. Five Hundred Thirtv Thousand. Ninetv Eight Dollars and 13 Eil?hty Cents ($1,530,098.80), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 15 Developer and the City as dual obligees and their successors, 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 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number CFA24-0106; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 18thday of November 2024 , which Contract is 22 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment labor and other accessories as defined by law, in the prosecution of the 24 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 25 the "Work") as provided for in said Contract and designated as Walsh Ranch — Quail Valley — 26 Legacy Park Boulevard; and 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the Developer and/or City of the need thereof at any time within the 33 Maintenance Period. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by Developer or City, to a 3 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 4 remain in full force and effect. 5 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 6 noticed defective Work, it is agreed that the Developer or City may cause any and all such 7 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 8 by the Principal and the Surety under this Maintenance Bond; and 9 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 10 Tarrant County, Texas oi- the United States District Court for the Northern District of Texas, Fort 11 Worth Division; and 12 PROVIDED FURTHER, that this obligation shall be continuous in nature and 13 successive recoveries may be had hereon for successive breaches. W CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 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 22nd day of 3 January 2025. 4 5 5 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 kATTT- (Principal) Secretary Joseph S' acola Witness as to Principal Stephen Scott, V.P. ATTEST: . (Surety) Secretary Wibn ss to Surety PRI 47v�; M itions cavating, Inc. BY: Signature Harlan Jones, Vic President Name and Title Address: 10950 Research Road Frisco, TX 75033 SURETY: Travelers Casualty and Surety Company of America BY: )4ignaatu4re Sophinie Hunter, Attorney -in -Fact Name and Title Address: One Tower Square, S102A Hartford, CT 06183 Telephone Number: 214-989-0000 33 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 34 from the by-laws showing that this person has authority to sign such obligation. If 35 Surety's physical address is different from its mailing address, both must be provided. 36 37 The date of the bond shall not be prior to the date the Contract is awarded. 38 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 AW TRAVELERS Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinle Hunter of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ��S�UAC7yr ���ySV AryQ � 4 State of Connecticut City of Hartford ss. By: Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 P, # } RY aAnn i �i}gLIG P. Nowik, Notary Public ""HyhA+FGlry This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of N . �9i4QIiCiiU, �� a tUH7F4iii, 00t,(*: �'t �� W Ciki4. 2� CONis, o _ AKe E Hu"g5hes, Assi�cretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Powerof Attorney is attached, AW TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualtv and Suretv Companv of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S 102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Article 4 — Bonds and Insurance........................................................................................................................ 7 4.01 Licensed Sureties and Insurers...................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds......................................................................... 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 —Contractor's Responsibilities.........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16 5.07 Concerning Subcontractors, Suppliers, and Others....................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas........................................................................................................19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative..................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals.................................................................................................................................... 22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services...............................................................................24 5.20 Right to Audit: ............................................................................................................................. 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article 7 - City's Responsibilities.................................................................................................................. 26 7.01 Inspections, Tests, and Approvals................................................................................................... 26 7.02 Limitations on City's Responsibilities........................................................................................26 7.03 Compliance with Safety Program............................................................................................... 27 Article 8 - City's Observation Status During Construction............................................................................27 8.01 City's Project Representative......................................................................................................27 8.02 Authorized Variations in Work...................................................................................................27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed..........................................................................................28 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 12.01 Contractor's Warranty of Title.................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 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 - Legacy Park Boulevard STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right -of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right -of- way or easement on a 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are notContract Documents. 10. Contractor —The individual or entity with whom Developer has entered into theAgreement. IL 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of theProject. 28. Regular Working Hours — Hours beginning at 7:00 a. in. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at theSite. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 and4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired andnon-owned. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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: 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. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 —Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 itemwill: 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 ofpatent 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 fmish 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 against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endangerit. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Paragraph5.16.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 Paragraph5.16.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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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. 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 finalpayment; 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Cityfunds 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 maybe 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 defried in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 parry 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 anticipatedproject. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed anegative result and require a retest. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 otherparty. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105435 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105435 Revised December 20, 2012 011100-3 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 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105435 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES f.Y1C�Jl Y [I]�Dji�YIII] Y11:1,01010110Is)►a9:Telej11/111.14Xy PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM971:01WWI17Z%140IDleh81 Z1Zy11111716y A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected i£ a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1W Page 4 of 4 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING f.Y1C�[1)�D7[c3f G� I9;1 :role) ►6*10:YIl4i 0Is] ►Iu 191 so 112It PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1W4=914101WW177\'/u1Dle1@9ZIZy011117D6y 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 17\;71 IiQeI 01►101;7.11 0 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 �� 019i I [130111[-tillir 117:11'7Y8)1.181 a1F.111W PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific 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 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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) I . Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. £ Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USAGE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13 — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 FORTWORTH Date: DOE NO. XXXX Project Il""- 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, 3 - 4 CONTRACTOR CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Pagel of 2 ;y 0(61111301111E, &**j INM110121CYNI ►1101► 39114i00eVol11:NT/lei M11 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 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yWW1III Z%140IDleh87 ZIZy011114*9M 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 Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 fy 00011 [I]►`[Ij�XY►�T� 6111;711soitlift"Ia91l iuMUI .ReiBOUTM111atoy:%I1812R"9 ' • a16016]►M119101 a 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 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than I 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 0157 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 111\IZI]ON] DcalICC7 I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Pagel of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs:HaDDs.fortworthtexas.gov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 63XOJI M 130DjLLTIII] 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 ISTM 3IaV0:VYcG).r:1a.O;191UTI 0IaKAN00eI 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE 4/7/2014 NAME M.Domenech 111\I IZI] Wy 019i I IQ I Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Paget 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 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 SUBMITTALS/INFORMATIONAL 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 71 23 - 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 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i)Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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 Shapeflle (.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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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. ►09 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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 3rd 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 20 21 END OF SECTION 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 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Pagel of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 0177 19 - 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 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 0177 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 4/7/2014 NAME M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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 00�3 Tm4tatio t Bidders Last Revised 03/20/2020 1002113 004100 00 42 43 10043 3 lastpaetions to Bidders Bid Fefm Proposal Form Unit Price Bid Ben 03/20/2020 04104 05/22/2019 04104 Prequalification Statement 09/01/2015 0045 12 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45-40 00 52 43 Mine-i-„ Business Enterprise Geal Agreement 04i a 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 007200 Maintenance Bond Genef.,i Conditions 01/31/2012 i ii i ii T 00 73 00 0073 10 c,,,.,.ie e„t y Cendi enp Standard City Conditions of the Construction Contract for Developer 07i0 z 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 nip Pr-egeet Meefings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 nip Closeout Requirements Open- 4io and r, aintena e Da4 D -ej eet D eeo -.7 D,.,.ttmeM_ 04/07/2014 nn in 4 04 in s n i� CITY OF FORT WORTH Walsh Ranch - Quail Valley - Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105435 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 02 n-13 Seleetiye Site Ile elite NONE 0 n�T Utility n o,,,,,ya i n b ,-,depA e t NONE r»�5 n.,ying vo., &y , NONE Division 03 - Concrete 03 30 00 Cast l Ulaee C ref:ete NONE 03 211 13 CE)PAFE)Iled row ct.eagti, M to,ia (Cr SM4 NONE 03 34 16 Gene -ete Base M *r-i l f r Reneh Rep ;, NONE 03 90 00 >`,redif;,.a fieas to C, ,,rote St,. etufes NONE Division 26 - Electrical 2605 00 Commen WE)4E Results for- Ele t-ieal NONE Tlemel;tie f >rleet,.iea Systems NONE 26053 Raee,. ays andBoxes f Ele t..iea Systo,� � NONE 26 05 43 Unde,.,...,,un Duets . , l Raee,. ays f r Elee#ieal Systems NONE Division 31- Earthwork 31 1000 Site Cg NONE Z l�o Unelassified >;..,..,,,.,t e NONE Z l�3 BOFFE) NONE 3124 00 E a�u-%--Pts NONE 312500 € 36aK w�a edi tent �l NONE 313600 Gabiens NONE 31 37 00 Ripr-ap NONE Division 32 - Exterior Improvements 2'� P ef man erA A*kalt l-r,,;,� NONE 3'�o 4uh�lt 1%-.i NONE 320129 Coner-ete n . ��ixg Rormir NONE Z7�3 Flexible Base C.,ufses NONE 32 9 Lime e Tr-ea4ed Base Ceti -ses NONE Comen4 Tfea4ed Base Ce NONE Z7�T Liquid ,i Re4ed Soil etab l: ,o, NONE 3'�o AsVhW.t�% ixg NONE 27� Asphalt It Pa-y ng C,.aek Sea! NONE 3 Gene,-ete v .,' . NONE 3'�0 Gene,-ete cidew,. ko, D.' ,e,. ay- �-m. \,-rr-_e46%*ps NONE Z7�3 Cenef:ete Paving roi t Sea] NONE 3''�0 13r.Vi Unit _B ng NONE 3 Gone,-ete C,,,b ,-ad C_„ttefs .-ada-ad Valley C_„ttefs NONE 27� Pavement Mar -kings gs NONE Z7�5 Curb A rim '_Ra/rnting NONE =0 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 31 q6 wife For"o" "Ra Gates NONE 3q 31 q9 Wood Fenees and Gates NONE 32 32 13 Cast i Plaee Go ete Retaining Walls NONE 2'�n Tepsoil Plaee ent and FrrrrrJ'rrrr^ efTef'..,".," NONE Z7�3 H-Yd E) r,r,,lehi ,. Seeding and Sodding NONE Z7�3 Tfees and Sulu., NONE Division 33 - Utilities 330130 Sewer- "aa manhole Testing NONE Z2�= Closed Cir-e ,;t Television (CCTV) laspeetie NONE Z2�o %,Tmw nDnipping of Existing Sower- Syst NONE 33 04 fig ToifA Beading "aa Elee ..;,,", T. Slat; NONE 33 04 11 C,.,...esieft C fit fe, Test ft&tiom NONE 33 04 r agaesitff.., Anode C"tt.edie Pr-oteeti„n Systeffl NONE Z 2�o Temper -my Wa4ef: S "twie"" NONE 33 04 ^moo J�ankg and n,.eept"aee Testing fWatef:Mains NONE 33 04-50 Cleaning e f Sewer- Mains NONE 33-050 1444- . Tr-eneh Exec ,"ti orl, llmtk a,,, epA, and Baekf „ NONE Z 2�z Wa4e,. Line e Lowefin NONE 32�3 Fr-ame, Cover and r -ade Rings Cast 1 NONE 3305 13.10 �'�C-oyer- and Grade Rings C-empesite NONE Adjusting Manheles, inlets, Valve Bexes, and Other- Stfuettir-es 3 2�T to NONE NONE NONE NONE 33 05 21 T xmol lira to NONE ZZ�z Stool Casing Npe NONE Z2�3 Had T„rreling NONE 33 0524 Installation ofC.,f fie- Pipe i Casingor- Ttwmel Liner- n,"to NONE 33-0526 1444y r,rarke -sn ee to -s NONE 330530 I ""till,. ,.f&dstiag U4ih ;o" NONE 33 1105 BeltsNt4s,-and kets NONE 33 11 Ductile ir-o Pipe NONE 3,3 11 11 Dw-✓h trar. Fittings NONE 33 11 2 Pely. ,;,..., C, ier-ide (PVC) Rrcao 1:o Pita NONE 33 1113 Genefete r-essiffe Pipe, Baf W, appea Stool Cylinder- Type NONE 33 11 14 z INIro and Fittings NONE ZZ�5 We Stfesse,, Coney-ete Cylinder- Pipe NONE 33 12 g W"t SoM4ees , ineh t 2 ; el- NONE 33 12 11 Large e Water- metefs NONE 3Z�v Resilient Seated Gate Va4y NONE Z ZIT n xx W n Rubbef Seated BtMe -fly Va1y NONE Z2�5 Comeeti r t Existing Water- Mains NONE 33 1230 C,.,. bin tie Aif Valve Assemblies Mies f r Potable W tef Systems NONE 33 4240 Fire NONE Z2�o Wa4er- Sample Stations NONE Z2�o Standard Blow „gValye n sso,v.L.l., NONE 33-31 13 Gafea i n," a Pipe (Clnv4 NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 Z2�3 Fibe :glass Reifif -ee Pipe for- C...,yi , Eanitar, s NONE Z2�5 High Density Pelyethylefte (LD_ �7 UL') D',�. � I���� Eanitur,­Sewef NONE 333120 Pely,yi..,1 Chie-ide (PVC) Gravity Sa-m tafy Sewef Pip NONE Er.-itw, er l 3 Z2 2 TJ�TT A NONE 11 41z mar Slip . i."Nxxg NONE 33 3123 c.,,,;tafy Sewef Pipe L'n1.,,-..o., eft NONE 33-31 50 Sa-a tarry Sewef Sefy e C, nne tiers a -a cef-v4 e r ; o NONE 333170 Ge ffi in tie A;,. V.,lye- for, EG'Aitwy sewe, o- o >,a � NONE Z2�o Cast i Dlaee C ner-ete Manholes NONE Z2�o Pr-ee st C fef:ete Manholes holes NONE 33 39 30 Fiber -glass Manholes NONE 33-39 40 Waste.. a4e A eeess Chamber- (W A C4 NONE Z2�o >~..,w&y r ; o s for- Sa* tafy Sewer- ct.% tfes NONE 33 41 10 Reinf ,-ee C rer-ete ct,,..m Se or Pipe/C„l. e#s NONE 33 41 High Density D lyethylefte (MIDDE) Dipa fef S o-., �"1u5 NONE 33 41 12 Reinfer-eed Pelyethle a (SRPE) Pipe NONE 33 4600 Stibdr-ainage NONE 33 4601 worm Dywim- NONE 32�-46 02 Tr- e na'i Droais- NONE 33 49 10 Cast i Dlaee Manholes and r tnetio Bexes NONE 33-4 20 C,,,.h and Drop inlets NONE 33 4940 Storm Di6wrage Headwalls a -a W4agwaI6 NONE Division 34 - Transportation 34 41 Tf FF;e c;,,,...,ls NONE 24 41 10.01 At#aalmI .,at A Heller- c cvinei NONE 3n n�OL Attaehfnefit B C entfe11 wif- atien NONE 3 ^ ^�03 Attaehfneat C--­Se€tiuw SU o eifleatiea NONE ?/1 11 11 To,, per-, y T,-.. ffie Signals NONE zn nil 13 Removing Raffie Signals NONE 2/1 11 15 Re4a±gul� Roo d FkcxAii" NONE 34 41 116 Pedest,.. a 14ybr-id Signal NONE 34 4120 Readw I1lumimfie A&semblie NONE 34 4120.01 20.01 W ITS rt�- L/in. it �l�as NONE 34 4120.02 Freeway LED n,.adw r ., � .�.errinairvs NONE 34 4120.03 Residential LED n,..,a,. ay r � �.rninai.rs NONE 34 4130 Alu-wimlr. Figs NONE 1 IGM0 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httu://fortworthtexas.2ov/tvw/contractors/ or Division 02 - Existing Conditions Last Revised r»�3 Solo tiye Site Demolition 12/20/2012 02 4114 Utility it„ Removal, i n 1..,n,1,,.-mi-p-m t 12/20/2012 0241 5 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast i Dlaee C fef:ete 12/20/2012 03 34 3 Ceatr-elled row St engtl, Mate. -;al (C clan 12/20/2012 03 3416 Conefeta Bw, &'_ eAe.;.,1 for- Tfeneh no,. ai 12/20/2012 03 8000 >,a,,dif4 ..,t; rs t Existing C „,. tote Stizuetur-es 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 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31- Earthwork 31�T40 00 Site !� 12/20/2012 3123 46 U-nel ssifie Exea-�a4ie 01/28/2013 31 23 23 Befr-e 01/28/2013 31 24-00 Fh%bor.kmants 01/28/2013 312500 >~,.esior and Sediment r,, l 12/20/2012 31a1 36 00 dons 12/20/2012 313700 Reap 12/20/2012 Division 32 - Exterior Improvements 3201 17 no,... a-aert n �T �� r�Wt %:" r g Repa 12/20/2012 37� Temperafy Asphalt It Paving n epa 12/20/2012 320129 Gene„-ete Pa-vi g nepa 12/20/2012 32 1123 Flexible Base Goiffses 12/20/2012 Z7�9 Lime e TreatedBase r,,,,,s 12/20/2012 Z7�3 Cement TreatedBase C,,,, �o� 12/20/2012 32 11 37 liquid Trail F&' ki.1izaaf 08/21/2015 32 12 16 Asphalt It Paving 12/20/2012 32 1273 s hak,! t ilsg C -aek Seal,,, -,tom 12/20/2012 Z7�3 Cone„-ete Pay"ng 12/20/2012 Z7�o Cone tote S;,lew ks Driveways andu.,fFie.. Free Ramps 06/05/2018 3'�. ,� Cenefete Paving joint Sea4a.ts 12/20/2012 32 14 16 B -iek Unit t D,,.,;ng 12/20/2012 Z7�3 G re -ete r,,,.1. andGutters and Valley r_„ttefs 10/05/2016 Z7�3 Pavemew Maf-kings 11/22/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 P 25• C:uFb A z's 11/04/2013 Z7�� Chain Fences .,,.,d Gates 12/20/2012 323126 WiFe Fenees and Goes 12/20/2012 3'�4 Wood Fenees ,-ad Gates 12/20/2012 Z7�3• Cat i Pla6e CE)fl fete R& ni:rg WA-S 06/05/2018 Z7�� TopsoilPl.,,.o,v,e t and „f'PaFk-w ays 12/20/2012 Z7�� 14ydFE) Mulej ing Seeding and S„dding 12/20/2012 3'� 43 TFees d Vhiulo 12/20/2012 Division 33 - Utilities Z2�o Sewer- and Manhole Testing 12/20/2012 33-0131 Closed Gi ouit Tolo Asio (CCTx') laspeetio 03/03/2016 33-03 10 Bypas3 12/20/2012 33 04 TO joint Beading andEleel-ma1. bdatvan 12/20/2012 33 04 C,.,...esier Gee tF 1 Test SteAiens 12/20/2012 33 04 r,aagfies;,,,, Anode C, hedie PFeteetion S„steffl 12/20/2012 33 04-30 To,,.,,.,.,.. ry W eF co,.., e 07/01/2011 33 04-40 Cleaning .-ad n eeept, n e Testing fW..to,. Mains 02/06/2013 33 04 50 ClQankg A SeweF Mai 12/20/2012 Z2�0 U44ity TFenih Dwa,, won, Emm,-_dmm.*� and Baek-44 12/12/2016 33-03 12 Wor E%ff.e r e :eFin 12/20/2012 33-03 13 RameyGeveF and Grade Ring, Caste 01/22/2016 33 n�0 F-r-a-me-GoVo,. and Grade Ring, Composite Adjusting Manholes, �nl is Valve OtheFSiFuEtwes 01/22/2016 t6 sand 3-3-03-�412/20/2012 GFade y GeneFete W,.to. v,,,,l s 12/20/2012 33 057 GeneFete C, ears 12/20/2012 33 05 20 AugeF BEw7ing 12/20/2012 ZZ�T Ttwgel j roof Plato 12/20/2012 330522 Stool Casing -Ape 12/20/2012 330523 Hand Tunneling 12/20/2012 33 0524 inst.,lla4io. fCafr-;o. Pipe i Casing eF Tunnel Liner- oY Pike 06/19/2013 Z2�o U44 t., >,,raFkeFs,LL )e t,.,.s 12/20/2012 33 05 30 lion of Fk sting Ut ikas 12/20/2012 33 11 o5 Belts, T„ts andGaskets- 12/20/2012 0 bile tror. Pira 12/20/2012 ?i3 11 11 Dtw-✓h tror. Fittings 12/20/2012 33 11 PolyvinylGhIe.;de (PVC> Prow/ay 11/16/2018 33 11 eneFetePfe' ss a Ape, Bar- Wf ppe Stool C„l;rao. Type 12/20/2012 4 n,,,.;ed Stool Pipe .-ad Fittings 12/20/2012 33 12 0 Wa4eF Sefvi es 1 1. t 2; e 02/14/2017 ZZ�T j . ge Wa4eF MeteFs 12/20/2012 Z2�no Resilient coated Gate Vy 12/20/2012 ZZ�T nxx W- RubbeF Seated BtMe-flyx7 l 12/20/2012 33 1225 Cenne tie to &Ei ting Water- Mains 02/06/2013 tie Air- Valve Assemblies f ,. Potable Water- Systems 33 1230 Ce 12/20/2012 ffi.in 33 1240 �'i� 01/03/2014 33 1250 WatvrS:�Ja Sys 12/20/2012 33 0 Standard Blow off Valve Assembly 06/19/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 Z2�2 r,,,-e i Ulaee Pipe (CW-P4 12/20/2012 Z2�3 Fibef:glass Reinf -ee Pipe for- ryi , Eanitarf, s 12/20/2012 2Z� High Density Pelyefl+yleae (HDPE) PipeF�v Fwzt& y-Se `Gt 12/20/2012 333120 Pelynviayl Chloride (Dvr) Gravity Sa-m t Sowef Pip 06/19/2013 y �� Uel;,,.,1 C l,.fide (PVC) Closed U-efile r_,-.,yity Sanitary Sewer- ,,,,12/20/2012 Pipe 44 11 2 Sanitary Se or flrr Lrfing 12/20/2012 33 3123 S. ,.;t., y Sewer- Pipe l✓nlaf,.o,,.,efA 12/20/2012 33-31 50 Sa-a tafy Sewer- Sefy r, fiens Sef, r ; e 04/26/2013 e nne a -a ee Z2�o Combination r n;,. Valve for- Sanitary Sewer- Fe -ee Mains 12/20/2012 ZZ�v Cast i Dlaee r ne -ete Manholes 12/20/2012 33 39 20 Pr-ee st r ne fete >\R.,nhel 12/20/2012 33-39-30 Fiberglass Manholes 12/20/2012 Z2�no Wastewater- n eeess r J:>,��,ar ) 12/20/2012 Z2�o Epoxy r ; o s for- Sanitafy Sewer- Sti- affes 12/20/2012 33 41 Reinf ,-ee r ref:ete Stefm Sewer-Pipe,'r„l„e#s 07/01/2011 ?✓3 11 11 High Density Pelyefl+yleae (HDPE) Pipe for- Spa D>min 12/20/2012 33 41 12 Reinfer-eed D lyet le a (SRPE) Pipe 11/13/2015 33 4600 c�� 12/20/2012 3�-46 01 worm Dr-ai.�, 07/01/2011 33 4602 T-fanoh Dnaim 07/01/2011 33 49 10 Cast i Dlaee r,r.,fAieles and r,,, et n BwEes 12/20/2012 33 4920 CtiA and Dr-ep inlets 12/20/2012 33 4940 Stem. '7x�:kNaRo 14ea ,...,lls and W4fig,, a is 07/01/2011 Division 34 - Transportation 3441 10 Traffic Signals 10/12/2015 34 ^�01 Affaehmeat A C-entreller Cabinet 12/18/2015 3 n n�02 zntAaehmel4t B CE)n T-oli gr o [if -atien 02/2012 34� n-i 0.03 Attaehme it C Seft'V6 afe Speeifi^cutien 01/2012 ?/I 11 11 Temperary T,-., ffie Signals 11/22/2013 34 41 13 Reine ing T"affie Signals 12/20/2012 34 41 15 Reeta*gulor Ralvd F�j1ning Beaeon 11/22/2013 34 41 Pedes,fia 14ybr-id Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 4120.02 � Freeway LED n,.,,,1,..r., .iwriina iris 06/15/2015 34 ^�02 dui J. ='Roadway T1alYril�.�N3s 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 02/26/2016 11/22/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GG-4.91 Page 8 of 8 GC-4.02 Subsurface and Physical Conditions GG-4.91 UndefgfmwA Fooili:-ies GC-6.0"7 1Vff .o w__ Pa,-. its a -ad T T44ifies GG 6. 1 Nandizupi,,%lnotian GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 Docusign Envelope ID: 76740DBA-B517-45BF-9EEl-CCB3EA96D9AA 00 42 43 DAP - BID PROPOSAL Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM LPB UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) Description Specification Unit of Bid Unit Price Bid Value No Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROVErAENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 4,211 $27.00 $113,697.00 2 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 4,214 $6.20 $26,126.80 3 3441.1501 Furnish/Install Ground Box Type B 3441 10 EA 9 $1,685.00 $15,165.00 4 3441.1772 Furnish/Install 240-480 Volt Single Phase 34 41 20 EA Transocket Metered Pedestal 5 3441.3003 Rdwy Ilium Assmbly TY 18 6 3441.3302 Rdwy Ilium Foundation TY 3 7 8 2 $10,750.00 $21,500.00 34 41 20 EA 25 $5,320.00 $133,000.00 34 41 20 EA 25 $2,750.00 $68,750.00 10 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: BRIDGE IMPROVEMENTS Bid Summary UNIT V: STREET LIGHTING IMPROVEMENTS Total Construction Bidl This Bid is submitted by the entity named below: BIDDER: Mario Sinacola & Sons Excavating, Inc. 10950 Research Road Frisco, Texas 75033 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Harlan J. 00cuBigned by: TITLE: Vice Pre 3F6E45BF6072497.-. DATE:12/18/2024 END OF SECTION $378,238.80 1 1 $378, 238.80 1 $378,238.80 1 2 4 U working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 WR-LPB_00 42 43_Bid Proposal_ DAP_ Lighting_2024-12-05 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvpe" box provide the complete major work tvpe 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 Expiration Date Street Lighting Mario Sinacola & Sons Excavating, Inc. 3/l/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Mario Sinacola & Sons Excavating, Inc. 10920 Research Road Frisco, TX 75033 ga&res TITLE: Vice Presi(jknt DATE: January 30, 2025 END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS City Project No. 105435 Form Version September 1, 2015 00 45 26 - l CONTRACTOR COMPLIANCE WITH WORKER'SCOMPENSATIDN I.AW Page I of 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406A96(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for ali of its employees employed on City 5 Project No. 105435. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 CONTRACTOR: 9 Mario Sinacola & Sons Excavating. Inc. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Company 10950 Research Road Address Frisco, TX 75033 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Harlan Jones a3p nt} Signature: Title: Vice President i/ (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Harlan Jones : known to me to be the person whose name is subscribed to the Foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Mario Sinacola & Sons Excavating, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of January , 2024. o� MERt DITH R NELSON Notary Public in and for the State of Texas r Notary lb #129927379 ",pFrY Commission Expires August 20, 2a26 1AWI 11III *3 314 Il.C11)z CITY OF FORT WORTH STANDARD] CONSTRUCTION SPECIFICR : ION DOCUMENTS a Revised April 2, 2014 Walsh Ranch — Quail Valley — Legacy Park Boulevard City Project No. 105435 Docusign Envelope ID: DD59ACDF-8418-4E3F-A22C-C41872C5057B 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 11 /18/2024 is made by and between the Developer, 4 Quail Valley Devco V, LLC, authorized to do business in Texas ("Developer"), and Mario 5 Sinacola & Sons Excavating, Inc., authorized to do business in Texas, acting by and through its 6 duly 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 — Quail Vallev — Le-aacv Park Boulevard 16 City Proiect No. 105435 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 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. 22 The Work will be complete for Final Acceptance within 240 working days after the date 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. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Five Thousand Dollars ($5,000.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: DD59ACDF-8418-4E3F-A22C-C41872C5057B 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Three Hundred Seventy -Eight Thousand, Two Hundred 40 Thirtv-Eight Dollars and Eighty Cents ($378,238.80). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, 62 if not attached, as incorporated by reference and described in the Table of Contents 63 of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: DD59ACDF-8418-4E3F-A22C-C41872C5057B 005243-3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act, omission or negligence of the city. 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 97 the 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. 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. 110 7.5 Governing Law and Venue. ill This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 Docusign Envelope ID: DD59ACDF-8418-4E3F-A22C-C41872C5057B 114 115 116 117 118 119 120 121 122 123 124 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties (`Effective Date"). Contractor: Mario Sinacola & Sons Excavating, Inc. U.0C.- igmd by: 3F6E45BF6072497... korgrrature) Harlan Jones (Printed Name) Title: Vice President Company Name: Mario Sinacola & Sons Excavating, Inc. Address: 10950 Research Road City/State/Zip: Frisco, TX 75033 11 /18/2024 Date Developer: Quail Valley Devco V, LLC iccu°ftned by, By t TEWV 9306FE879299426..- (5ignature) Seth Carpenter (Printed Name) Title: VP of Development Company Name: Quail Valley Devco V, LLC Address: 400 S. Record Street, Suite 1200 City/State/Zip: Dallas, TX 75202 11 /18/2024 Date CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised June 16, 2016 ACORN' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/28/2025 1/22/2025 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). ACT PRODUCER Lockton Companies, LLC I NAME: 2100 Ross Ave., Ste. 1400 I PHONE FAX LAIC, No, Ext): I (A/C, No): Dallas TX 75201 E-MAIL (214) 720-5563 I ADDRESS: I INSURER(S) AFFORDING COVERAGE INSURER A: Safety National Casualty Corporation INSURED MARIO SINACOLA & SONS EXCAVATING, INC. 1397399 10950 RESEARCH ROAD PO BOX 2329 Frisco TX 75033 USA INSURER B : Great American Insurance Company INSURER C : Starr Indemnity & Liability Company I INSURER D : Endurance American Insurance Company INSURER E : I INSURER F : NAIC # I 15105 16691 38318 10641 I COVERAGES CERTIFICATE NUMBER: 21320781 REVISION NUMBER: XXXXXXX IS IS TO CERTIFY THAT THE POLICIES TIANAMEDVE BEEN ISSUED TO THE INSURED OH 'o llCy PXni rP( INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDIONOF ANY CONTRAC OR OTHER DOCUMENT W F IVE ND CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJEC I I U ALL I Fit I tKMS, MS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCE7>�__IERSONAL INSR ADDL SUBR POLICY EFF LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY y y GL 6676705 2/28/2024 CH OCCURRENCE RENTED $ 2,000,000 CLAIMS -MADE � OCCUR EMISES ((Ea occurrence) $ 100,000 D EXP (Any one person) $ 5,000 & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRCO-- LOC OTHER: JE A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Y Y CA 6676704 B X UMBRELLA LIAB OCCUR Y Y TUU 4256023 10 C NI 1000588248241 EXCESS LIAB D CLAIMS -MADE XSC30054205800 DED RETENTION $ A NSATION AND EMPLOYERS' LIABILITY Y / N Y LDC4068680 ANY PROPRIETOR/PARTNER/EXECUTIVE N / A OFFICER/MEMBER EXCLUDED? FN (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y ENERAL AGGREGATE $ 4,000,000 y RODUCTS- COMP/OPAGG $ 4,000,000 OMBINED SINGLE LIMIT 2/28/2024 /28/202 a accident) $ 2,000,000 y ODILY INJURY (Per person) $ XXXXXXX y ODILY INJURY (Per accident $ XXXXXXX ROPERTY DAMAGE $XXXXXXX Y Per accident) 1 $XXXXXXX 2/28/2024 'L/28/2025__',EACH OCCURRENCE $ 35,000,000 2/28/2024 7y/28/2025 2/28/2024 2/28/2025_�AGGREGATE $ 35,000,000 ,-_ __< $ XXXXXXX PER 2/28/2024 �8/2025 X (TH- STATUTE I ICER E.L. EACH ACCIDENT $ 1,000,000 L. DISEASE - EA EMPLOYEE $ 1,000,000 I i� E.L. DISEASE -POLICY LIMIT Q 1,000,000 I I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Sinacola Job Number 24019, CPN 105435. Project: Walsh Ranch - Quail Valley - Legacy Park Boulevard Street Lights. Location: Fort Worth, Texas. The City of Fort Worth, its officers, employees and servants are additional insureds for general liability and automobile liability on a primary and non contributory basis. Waiver of Subrogation in favor of the City of Fort Worth applies as respects workers' compensation coverage. City of Fort Worth CERTIFICATE HOLDER 100 Fort Worth Trail, Fort worth, TX 76102 21320/Wor�th City of F Guall vv., LEe 288 Ta assiree�— You can make a ditto copy of this CANCIlCOI with another certificate holder as II SHO,Ideveloper. [RE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Delete developer from ACORD 25 (2016/03) Tennessee? This is wrong here PORATION. All rights reserved listered marks of ACORD Attachment Code : D470795 Master ID: 1397399, Certificate ID: 21320781 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/28/2024 — 02/28/2025 Policy No. GL 6676705 Endorsement No. Named Insured Mario Sinacola & Sons Excavating, Inc. Premium $ Insurance Company Safety National Casualty Corporation Countersigned By (Countersignature by the Broker or Agent shall only occur in the mailing states that require countersignature) SNGL 047 0514 Safety National Casualty Corporation Page 1 of 1 Attachment Code : D512370 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization as required by written contract or agreement that is All of your projects. executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 Attachment Code : D512370 Master ID: 1397399, Certificate ID: 21320781 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 Attachment Code : D512371 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization as required All of your projects. by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code : D512366 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any Person or Organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code : D547141 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code : D512368 Master ID: 1397399, Certificate ID: 21320781 POLICY NUMBER: CA 6676704 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MARIO SINACOLA & SONS EXCAVATING, INC Endorsement Effective Date: 02/28/2024 SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Attachment Code : D512364 Master ID: 1397399, Certificate ID: 21320781 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART SCHEDULE Name Of Person Or Organization: Any Person or Organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CHANGE We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for "bodily injury" or "property damage" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto". This waiver applies only to the person or organization shown in the Schedule above. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/28/2024 Policy No. CA 6676704 Named Insured MARIO SINACOLA & SONS EXCAVATING, INC Insurance Company Safety National Casualty Corporation Countersigned By Endorsement No. Premium $ Included SNCA 027 10 13 Safety National Casualty Corporation Page 1 of 1 Attachment Code : D580710 Master ID: 1397399, Certificate ID: 21320781 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/28/2024 Policy No. CA 6676704 Named Insured MARIO SINACOLA & SONS EXCAVATING, INC Insurance Company Safety National Casualty Corporation Countersigned By Endorsement No. Premium $ Included SNCA 039 10 13 Safety National Casualty Corporation Page 1 of 1 Attachment Code : D545570 Master ID: 1397399, Certificate ID: 21320781 Auto Policy Number: CA 6676704 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 Attachment Code : D512358 Master ID: 1397399, Certificate ID: 21320781 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ANY PERSON OR ORGANIZATION AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT THAT IS EXECUTED PRIOR TO THE LOSS. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. OK This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/28/2024 Policy No. LDC4068680 Endorsement No. Insured MARIO SINACOLA & SONS EXCAVATING, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 00 03 13 (04 84) © 1983 National Council on Compensation Insurance. Page 1 of 1 Attachment Code : D635394 Master ID: 1397399, Certificate ID: 21320781 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 99 35 SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES ENDORSEMENT As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. OK This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/28/2024 Policy No. LDC4068680 Endorsement No. Insured MARIO SINACOLA & SONS EXCAVATING, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 99 99 35 (07 12) Page 1 of 1 Bond #108145221 0062 13- 1 PERFORMANCE BOND Page 1 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, Mario Sinacola & Sons Excavating, Inc. known as "Principal" herein and $ Travelers Casualty and Surety Company of America a corporate surety(sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Quail Valley Devco V, LLC, authorized to do 11 business in Texas ("Developer") and the City of Foil Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, Three Hundred Seventv-Eight Thousand. Two Hundred Thirty- 13 Eight Dollars and Eighty Cents ($378,238.80), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly 15 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 16 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 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number CFA24-0106; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 18thday of November , 2024, 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 law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Walsh Ranch — Quail Valley — Legacy Park 25 Boulevard. 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, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch — Quail Valley— Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 22nd day of 9 Janes 20 25 , A 10 11 12 13 14 15 A 16 17 (Principal) Secretary 18 Joseph Sinacola 19 20 21 22 Witness as to PI ncipal 23 Stephen Scott:, V.P. 24 25 26 27 28 29 30 31 32 33 34 35 Witness to Surety 36 PRIN Maria 11 col on Excavatinsa, Inc. BY: Signatu� Harlan .Tones, Vice President Name and Title Address: 10950 Research Road Frisco TX 75033 SURETY: Travelers Casualty and Surety Company of America BY. Imo_AI� i+V l Signature Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, 5102A Hartford, CT 06183 Telephone Number: 214-989-0000 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. CITY OF FORT WORTH Walsh Ranch — Quail Valley— Legacy Park Boulevard STANDARD CITY CONDITIONS -- DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 20I2 Bond #108145221 0062 14- 1 PAYMENT BOND Page) of2 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, Mario Sinacola & Sons Excavating, Inc. , known as "Principal" herein, and 8 Travelers Casualty and Surety Company of America 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, Quail 11 Valley Devco V, 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 Three Hundred Seventy- 13 Eight Thousand, Two Hundred Thirtv-Eight Dollars and Eh1htV Cents ($378,238.80), 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 severally, 17 firmly by these presents: 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 Number CFA24-0106; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 18th day of November , 20 24 , 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 Walsh Ranch — Quail Valley — Legacy 26 Park Boulevard. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statute. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 22nd day of 3 January , 20 25 4 PRINC L- 5 Mario i la ons E avatin�. Inc. 6 - 7 BY: 8 Signature 9 TES: 1 _ -0 Harlan Jones, Vic resident 11 (Principal) Secretary ` Name and Title 12 Joseph Si.nacola 13 Address: 10950 Research Road 14 Frisco, TX 75033 15 16 17 Witness as to Principal 18 Stephen Scott, V.P. SURETY; 19 Travelers Casualty and Surety Company" o�mf pany of America 2 21 $y; '�t,,r'j�i y 22 tignature 23 ATTEST: p � 24 t,,J1lh.R� M1410111— 5ophinie Hunter, Attorney -In -Fact 25 (Surety) Secretary Name and Title 26 27 Address: One Tower Square, S102A 28 Hartford, CT 06183 29- 30 Witness to Surety Telephone Number: 214-989-0000 31 32 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 33 bylaws showing that this person has authority to sign such obligation. If Surety's physical 34 address is different from its mailing address, both must be provided. 35 36 The date of the bond shall not be prior to the date the Contract is awarded 37 38 39 END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No, 105435 Revised January 31, 2012 Bond #108145221 0062 19- 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, Mario Sinacola & Sons Excavatinia. Inc. known as "Principal" herein and 8 Travelers Casualty and Surety Company of America 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 Developer, Quail Valley Devco V, LLC, authorized 11 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of Three Hundred Seventv-Eight Thousand, Two Hundred Thirty-Eieht 13 Dollars and Eighty Cents ($378,238.80), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 15 Developer and the City as dual obligees and their successors, 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 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number CFA24-0106; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 18th day of November , 2024 , which Contract is 22 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment labor and other accessories as defined by law, in the prosecution of the 24 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 25 the "Work") as provided for in said Contract and designated as Walsh Ranch — Quail Valley — 26 Legacy Park Boulevard; and 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the Developer and/or City of the need thereof at any time within the 33 Maintenance Period. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by Developer or City, to a 3 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 4 remain in full force and effect. 5 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 6 noticed defective Work, it is agreed that the Developer or City may cause any and all such 7 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 8 by the Principal and the Surety under this Maintenance Bond; and 9 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 10 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 11 Worth Division; and 12 PROVIDED FURTHER, that this obligation shall be continuous in nature and 13 successive recoveries may be had hereon for successive breaches. 14 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. I OS435 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 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 22nd day of 3 January , 2025 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 retaly Y Joseph Sj`nacola 1 �11_ Witness as to Principal Stephen Scott, V.P. ATTEST: (Surety) Secretary Witness to Surety PRINC Mario n col Sons xcavatinl;, Inc. BY: Signatur Harlan Jones, Vi& President_ Name and Title Address: 10950 Research Road_ Frisco, TX 75033 SURETY: Travelers Casualty and Surety Company of America iii BY: Ait r.r._ A,4-f6 signature Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, S102A Hartford, CT 06183 Telephone Number: 214-989-0000 33 `Note: If signed by an officer of the Surety Company, there must be on file a certified extract 34 from the by-laws showing that this person has authority to sign such obligation. If 35 Surety's physical address is different from its mailing address, both must be provided. 36 37 The date of the bond shall not be prior to the date the Contract is awarded. 38 CITY OF FORT WORTH Walsh Ranch— Quail Val ley— Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised January 31, 2012 Travelers Casualty and Surety Company of America Aftk Travelers Casualty and Surety Company TRAVELERSJ I St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinte Hunter of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ;pnsi.wK; State of Connecticut City of Hartford ss. 41 By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 e:oranr Anna P. Nowik, Notary Public 5y�.tkECtd This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of Kevin E. Hughes, Ass�cretary To verify the authenticity of this Power ofAttorney, please callus at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power ofAttorney is attached. AWSk TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT:, You may contact Travelers Casualtv and Suretv Comt)anv of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Article 4 — Bonds and Insurance........................................................................................................................ 7 4.01 Licensed Sureties and Insurers...................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds......................................................................... 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 —Contractor's Responsibilities.........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16 5.07 Concerning Subcontractors, Suppliers, and Others....................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas........................................................................................................19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative..................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals.................................................................................................................................... 22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services...............................................................................24 5.20 Right to Audit: ............................................................................................................................. 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article 7 - City's Responsibilities.................................................................................................................. 26 7.01 Inspections, Tests, and Approvals................................................................................................... 26 7.02 Limitations on City's Responsibilities........................................................................................26 7.03 Compliance with Safety Program............................................................................................... 27 Article 8 - City's Observation Status During Construction............................................................................27 8.01 City's Project Representative......................................................................................................27 8.02 Authorized Variations in Work...................................................................................................27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed..........................................................................................28 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 12.01 Contractor's Warranty of Title.................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 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 - Legacy Park Boulevard STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right -of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right -of- way or easement on a 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are notContract Documents. 10. Contractor —The individual or entity with whom Developer has entered into theAgreement. IL 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of theProject. 28. Regular Working Hours — Hours beginning at 7:00 a. in. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at theSite. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 and4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired andnon-owned. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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: 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. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 —Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 itemwill: 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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. Tf 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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. WNot Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 ofpatent 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 fmish 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 against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endangerit. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Paragraph5.16.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 Paragraph5.16.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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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. 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 finalpayment; 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Cityfunds 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 maybe 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 defried in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 parry 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 anticipatedproject. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed anegative result and require a retest. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 otherparty. 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105435 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105435 Revised December 20, 2012 011100-3 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 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105435 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES f.Y1C�Jl Y [I]�Dji�YIII] Y11:1,01010110Is)►a9:Telej11/111.14Xy PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM971:01WWI17Z%140IDleh81 Z1Zy11111716y A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected i£ a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1W Page 4 of 4 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING f.Y1C�[1)�D7[c3f G� I9;1 :role) ►6*10:YIl4i 0Is] ►Iu 191 so 112It PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1W4=914101WW177\'/u1Dle1@9ZIZy011117D6y 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 17\;71 IiQeI 01►101;7.11 0 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 �� 019i I [130111[-tillir 117:11'7Y8)1.181 a1F.111W PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific 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 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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) I . Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. £ Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USAGE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13 — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 FORTWORTH Date: DOE NO. XXXX Project Il""- 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, 3 - 4 CONTRACTOR CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised August 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Pagel of 2 ;y 0(61111301111E, &**j INM110121CYNI ►1101► 39114i00eVol11:NT/lei M11 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 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yWW1III Z%140IDleh87 ZIZy011114*9M 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 Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 fy 00011 [I]►`[Ij�XY►�T� 6111;711soitlift"Ia91l iuMUI .ReiBOUTM111atoy:%I1812R"9 ' • a16016]►M119101 a 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 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than I 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 0157 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 111\IZI]ON] DcalICC7 I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Pagel of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs:HaDDs.fortworthtexas.gov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 63XOJI M 130DjLLTIII] 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 ISTM 3IaV0:VYcG).r:1a.O;191UTI 0IaKAN00eI 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE 4/7/2014 NAME M.Domenech 111\I IZI] Wy 019i I IQ I Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Paget 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 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 SUBMITTALS/INFORMATIONAL 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 01 71 23 - 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 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i)Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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 Shapeflle (.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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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. ►09 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 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 3rd 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 20 21 END OF SECTION 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 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Pagel of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 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 — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 0177 19 - 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 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 0177 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 4/7/2014 NAME M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Legacy Park Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105435 Revised April 7, 2014 Appendix GC-4.02 Subsurface and Physical Conditions KiWE ENG E EST: 1072 GEOTECHNICAL ENGINEERING REPORT WALSH RANCH PA5 SOUTHWEST OF THE WALSH RANCH COMMUNITY AND 1-20 FORT WORTH, TEXAS Prepared For: Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Attn: Ms. Akiko Shimizu December 2022 PROJECT NO. 22-26749 www.roneengineers.com R E E N G E E R I N G FST' 1912 December 2, 2022 Ms. Akiko Shimizu Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Re: Geotechnical Engineering Report Walsh Ranch PA5 Southwest of The Walsh Ranch Community and 1-20 Fort Worth, Texas Rone Report No. 22-26749 Dear Ms. Shimizu: GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, Ltd. (Rone) is pleased to submit the Geotechnical Engineering Report for the referenced project. The geotechnical services performed for this study were carried out in general accordance with Rone Proposal No. P-33429, July 11, 2022. 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, sE ov r�1�► � � dam. �l� �:..............: gprulA,Q. wirGUMs� 8%62 { Sonja D. Williams, P.E., P. <.� �` 022 Mark D. Gra E. aQ_ �2 oz.2 Professional Engineer � Partner Texas Engineering Firm License No. F-1572 DALLAS I FORT WORTH I AUSTIN I SAN ANTONIO I HOUSTON I KANSAS CITY 8908 AMBASSADOR Row I DALLAS, TExAs 75247 1 TEL: 214.630.9745 Pam 1 PROJECT INFORMATION..................................................................................................... 1 2 PURPOSES AND SCOPE OF STUDY................................................................................... 1 3 FIELD INVESTIGATION AND LABORATORY TESTING ...................................................... 2 4 GENERAL SITE CONDITIONS.............................................................................................. 3 4.1 Subsurface Soil Conditions.............................................................................................. 4 4.2 Groundwater.................................................................................................................... 6 4.3 Soluble Sulfates............................................................................................................... 7 5 ANALYSIS OF SUBGRADE SOILS....................................................................................... 7 5.1 Geotechnical Analysis...................................................................................................... 7 5.2 Volume Change Potential of Subsurface.......................................................................... 9 5.3 Seismic Site Class......................................................................................................... 10 6 FOUNDATION SYSTEM RECOMMENDATIONS................................................................. 11 6.1 Ground Modification and Subgrade Treatment............................................................... 12 6.2 Excavation Safety Considerations.................................................................................. 12 6.3 Foundation Structures.................................................................................................... 12 7 SITE PREPARATION FOR CONSTRUCTION..................................................................... 13 7.1 General.......................................................................................................................... 13 7.2 Excavations.................................................................................................................... 13 8 CONSTRUCTION OF SUBGRADE FILLS........................................................................... 14 8.1 Subgrade Preparation.................................................................................................... 15 8.2 Construction of Subgrade Fills....................................................................................... 15 8.2.1 Project Fills...............................................................................................................16 8.2.2 Fill Material Requirements........................................................................................16 8.3 Fill Construction Specifications....................................................................................... 17 8.3.1 Recompaction of Existing Subgrade and Grade Raise Fil.........................................17 8.3.2 Utility Trench Backfill................................................................................................18 8.3.3 General Fills for Site Grading and Drainage.............................................................19 8.3.4 Compaction Specification Summary.........................................................................19 8.4 Quality Control and Field Verification Testing................................................................. 19 8.5 Construction Oversight................................................................................................... 20 9 BUILDING FOUNDATION STRUCTURES........................................................................... 21 9.1 Slab Foundation Design................................................................................................. 21 10 PAVEMENTS...................................................................................................................... 22 10.1 Rigid Pavement Design................................................................................................ 22 10.2 Pavement Base Course............................................................................................... 24 10.3 Pavement Construction and Maintenance Recommendations ...................................... 24 11 SITE COMPLETION AND MAINTENANCE........................................................................ 25 11.1 Site Grading and Drainage........................................................................................... 25 11.2 Landscaping and Irrigation........................................................................................... 25 12 DETENTION / RETENTION POND..................................................................................... 25 13 STUDY CLOSURE............................................................................................................. 26 14 COPYRIGHT 2022 RONE ENGINEERING SERVICES, LTD ............................................. 27 CHARTS Plate COMPACTION DESIGN — BUILDING AND PAVEMENT SUBGRADE......................................................................la COMPACTION CONTROL —BUILDING AND PAVEMENT SUBGRADE ....................................................................1 b COMPACTION DESIGN — UTILITY TRENCH BACKFILL...........................................................................................2a COMPACTION CONTROL — UTILITY TRENCH BACKFILL.......................................................................................2b RECTM COMPACTION DESIGN REPORTS...................................................................................... REC-01 — REC-08 APPENDIX A Plate VICINITYMAP.......................................................................................................................................................... A.1 GEOLOGYMAP........................................................................................................................................................ A.2 BORING LOCATION DIAGRAM............................................................................................................................... A.3 LOGSOF BORING.........................................................................................................................................A.4-A.186 KEY TO CLASSIFICATIONS AND SYMBOLS...................................................................................................... A.187 UNIFIED SOIL CLASSIFICATION SYSTEM........................................................................................................ A.188 SOLUBLE SULFATE TEST RESULTS.................................................................................................................. A.189 SWELLTEST RESULTS....................................................................................................................................... A.190 SWELL PRESSURE TEST RESULTS........................................................................................................A.191-A.193 RESULTS OF SIEVE ANALYSIS.................................................................................................................A.194-A.196 APPENDIX B FIELD OPERATIONS................................................................................................................................................ B.1 LABORATORY TESTING.......................................................................................................................................... B.2 LIME STABILIZATION OF COMPACTED CLAYEY SOILS....................................................................................... B.3 APPENDIX C Page IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT ...................................... CA R NE l GEOTECHNICAL ENGINEERING REPORT 1 PROJECT INFORMATION The planned project is located on approximately 159 acres of land located in the City of Fort Worth Extraterritorial Jurisdiction (ETJ) in Parker County, Texas. A tabular summary of the proposed project is provided below: Table 1: Project Description Item Description The site is located north of Interstate 20 (1-20), east of a gravel drive, southwest of The Location Walsh Ranch Community, and approximately 0.8 miles west of Walsh Rach Parkway in the City of Fort Worth ETJ, Parker County, Texas. Project The project consists of developing a residential community with associated utilities, Description and paved streets. Approximately 412 residential lots are planned on the roughly 159 acre site. An amenity center is not anticipated within this phase. The site is comprised of vacant land covered predominately with native grasses. A few dirt roads are located on the property. An existing detention pond and recreational Existing Site lake are located adjacent northeast of the property. Immediately north and northwest Conditions of the detention pond, surface scarring is observable on the property from Google Earth®. The surface scared area covers approximately 7 acres and appears to be a filled area on the property, possibly from development of earlier phases of the community. Based upon data from dfwmaps.com, the site generally slopes downward to the north- northeast towards the offsite adjacent detention pond, recreational lake and Patterson Topography Branch Creek with surface elevations ranging from approximately 1,010 feet along the south boundary to 900 feet near the filled in area by the offsite detention pond. Grading plans were not available at the time of this report submittal. Hydrogeologic The site is located within the Mary's Creek / Lower Clear Fork Trinity River watershed Setting and is about 5.7 miles southeast of Lake Weatherford. Geology Duck Creek Formation (Kdc), Kiamichi Formation (Kki), and Goodland Limestone (Kgl) 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 site investigation was scoped based on the site development plan and design boundaries outlined above. The principal purposes of this study are to evaluate the general subsurface conditions at the project site and to develop geotechnical recommendations for the design and R NE construction of pavements and the subgrades. For these purposes, the study was conducted in the following phases: • Borings were drilled and sampled to evaluate the subsurface conditions at the boring locations and to obtain soil samples. • Laboratory tests were conducted on selected samples recovered from the borings to evaluate the pertinent engineering characteristics of the foundation soils. • Engineering analyses were performed using field and laboratory data to develop 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 a Rone engineer provide assistance during the design phase to verify the intent of the geotechnical recommendations has been satisfied. In addition, Rone should be retained to provide oversight during construction to verify full compaction utilizing the advanced engineering tools discussed in this report. 3 FIELD INVESTIGATION AND LABORATORY TESTING Appropriate public sources were contacted to clear selected sample locations of any known buried utilities. The boring locations were generally defined in the field by Rone personnel using site benchmarks, landmarks, maps and aerial photographs of the site. These locations were not accurately located by a registered surveyor. The locations and elevations are for general mapping purposes and are accurate only to the extent implied by the technique used in their determination. One hundred eighty-three (183) borings were completed between August and October 2022 within the Walsh Ranch PA5 area. The final spacing of these borings was completed on an approximate 200-foot grid in accordance with Home Buyer Warranty guidelines. Borings terminated prior 20 feet encountered very hard limestone or drilling refusal just prior to 20 feet, indicating very hard seams and layers of limestone should be anticipated during mass grading of the site. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented on the Logs of Boring, Plates A.4 through A.186. 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, determine material strata, and estimate in -situ consolidation states and other engineering properties of the materials encountered. Unconfined compression tests and classification test results are presented in the Logs of Boring. In addition, soluble sulfate concentration tests, one-dimensional swell tests, swell pressure tests, and hydrometer sieve analyses were performed on select samples from various depths. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B. 4 GENERAL SITE CONDITIONS Based on the subsurface conditions encountered at the boring locations and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site appears to be located within Duck Creek Formation (Kdc), Kiamichi Formation (Kki), and Goodland Limestone (Kgl). The USGS Mineral Resources On -Line Spatial Data reference contains the following descriptions of these formations: Duck Creek Formation (Kdc) The Duck Creek formation generally consists of highly active residual clay underlain by limestone Kiamichi Formation (Kki) The Kiamichi formation generally consists of alternating units of clay and limestone with some sandstone. The clays can be moderately to highly active; however, the limestone is generally shallow with respect to the surface. Goodland Limestone (Kgl) The Goodland Limestone is inter -gradational laterally with the Comanche Peak Limestone and differs from it chiefly in that the Goodland Limestone is more coarsely nodular, contains fewer and thinner clay beds, and massive resistant limestone beds are more numerous. This formation is often undivided within the Walnut Clay Formation, which is comprised of clay and limestone about equally abundant. Geologic mapping was originally performed using aerial photography. Local variations and anomalies can occur when using aerial imagery. 4.1 Subsurface Soil Conditions The results of the field and laboratory testing have been used to develop a general subsurface profile of the project site. • Stratum I: predominately consists of dark brown to tan and gray fat clays (CH) and lean clays (CL) with various amounts of sand and gravel. Stratum I begins at the surface and extends to the top of Stratum 11 bedrock or to the maximum boring termination depths. • Stratum 11: is predominately comprised of tan and gray limestone and/or gray shale. Some of the upper portions of the tan limestone are weathered. The limestone is present within 2 feet of the surface in approximately 17 percent of the borings. The limestone and shale are below Stratum in the remaining borings at depths ranging from greater than 2 feet to beyond the boring termination depths. Shale bedrock was encountered in conjunction with limestone bedrock in approximately 11 percent of the borings. Shallow weathered limestone layers, that averaged 5 feet in thickness, were present above deeper clays in approximately 8 percent of the borings. Fill that consisted of predominately lean clay (CL) and clayey gravel (GC) was identified in approximately 5 percent of the borings and was present at the surface scarred area north and northwest of the offsite detention pond in B-99 through B-107. Excluding the filled area, a typical subsurface profile for the Walsh Ranch PA5 area is presented in Figure 1 on the following page. The approximate cross section location is shown in Plate A.3 in Appendix A. t West 990 ............ B-8 980 • - B-40 B-111 -Plr 970 ••ry �0113;20g-9 '§2 ....._........... ..........................................................B-P35....B-137..................................................................... PV /33 PIS ✓• `18 / 036 .. /40 960............. .� 28 0............................................,...................................../�............................................................................. �B-78i3pt X 1 950 ............ _ ..... 22! .... 8-29................ �50.................................... B-130 ......... �...... _^...................................................................... Or B-159 B-131 B-154 -PV B-115............B-122........ P� .......46 :............................................ 940 ............................. ....., - B-116 /42.......� �.. l� LL 66' _P,- 2 j 4 B-170 "W PI� p 930......................... .............. _ ............... ............ 41p, ....... B-177........................ � ....B-142 Plr _ _ 7 _ > _ = 7Z -36/ 0) Z = -28- B-143 S _ W920........................................................................ .... _ ... ................... .............Pk...... ....................... ........................ B-95 a19- = B-174 Z -Plr -PI 6� _ = B-17 910................................................................................................ rf �, ....................... _ ..... _ ......... B-P�6 ................. _ ...-PI..I .............. . I 13-183-182 16.................................. Plr 900................................................................................................ . .................. B-172................ 7P 34 30/ "16�j 890........................................................................................................................................................ _ .. .................. 3E B-33 -Plr ............ B-61 = PIT East 990 980 970 960 950 940 930 920 910 900 • 890 880................................................................................................................................................................ i........................................................ 880 870 0 500 R NE E N G EERI A!G EST: 1072 1,000 1,500 2,000 2,500 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE Figure 1 Walsh Ranch PA5 Southwest of The Walsh Ranch Community and 1-20 Fort Worth, Texas 870 3,000 3,500 4,000 Water Observations While Drilling At Completion 1 Sandy Lean Clay Fat Clay Lean Clay ® Shale Weathered Limestone El Limestone ®Gravelly Lean Clay Clayey Sand ® Clayey Gravel R NE l Hand penetrometer readings ranged from 1.5 to more than 4.5 tons per square foot (tsf) in the native cohesive soils. The Standard Penetration Test blow counts (SPT N-values) varied from 5 blows per foot (bpf) in clay soils to 100 blows for 3/4 inch in weathered limestone. The Texas Cone Penetrometer blow counts in weathered and unweathered limestone and gray shale ranged from approximately 100 blows for V/2 inches to 100 blows for less than 11/2 inches. Unconfined Compressive Strength (UCS) tests on select clay soil samples revealed results ranging from 4,600 psf to 41,600 psf. In -situ moisture levels ranged from approximately 24 percent below to 9 percent above their measured plastic limits with most moisture levels indicating dry soil conditions. A summary of predominant properties of the subsurface profile is provided for design analyses in Table 2. Table 2: Generalized Subsurface Profile In Situ Soil Property Full Range Predominant Range Estimated Specific Gravity, Gs 2.66 - 2.69 2.68 Percent Fines (%) 3 - 99 20 - 39 Silt Content (%) 42 - 53 42 - 53 Clay Content 24 - 45 24 - 45 Liquid Limit 23 - 86 37 - 58 Plasticity Index 9 - 67 20 - 39 UCS (psf) 4,600 - 41,600 4,600 - 41,600 Dry Density (pcf) 76 - 132 105 - 121 Swell Pressure (psf) 1,100 - 6,500 1,100 — 6,500 Swell Potential (%) 0 - 14 0 - 10 Moisture Content (%) 1 - 32 11 - 20 Moisture Increase Potential (%) 1 - 23 1 - 18 The Logs of Boring in Appendix A should be reviewed for detailed information at specific boring locations. Variations will occur and should be expected across the site. 4.2 Groundwater The borings were advanced using continuous flight augers. The borings were monitored during and after drilling for the presence of water seepage. At B-172, free water was encountered at 10 feet during drilling and at 18 feet upon completion. The presence of groundwater in B-172 was likely due to this boring's location within about 110 feet of the offsite northeast recreational lake. Groundwater was not observed in the rest of the borings. Borings were open for a short period of time only. A thorough assessment of the vadose zone or upper groundwater was not conducted, nor did the study include extended monitoring of groundwater levels or perched water conditions. A full hydrogeologic study can be conducted upon request to assess the sources and variation of in - situ moisture levels in the vadose zone water levels beneath the site, and how various site development alternatives could potentially affect groundwater conditions. 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 water. The rate and extent of these variations depend on many variables including subsurface stratigraphy, soil properties, moisture sources, capillary strength, consolidation states, soil structure, thermal cover, surface infiltration and evapotranspiration rates. A limited hydrogeologic assessment of the vadose zone is provided in Section 5.1 Geotechnical Analysis. 4.3 Soluble Sulfates Soluble sulfates are common in this geologic formation. Soluble sulfate levels are generally considered to be high when levels exceed 3,000 parts per million (ppm). Soluble sulfate tests were completed on 10 soil samples, and the results indicate sulfate levels vary from less than 100 parts per million (ppm) to 440 ppm. Based on testing performed on selected samples, soluble sulfate levels at the site were negligible to low. Results of the soluble sulfate test results are presented in Appendix A. 671-1 L1 F-M&I RK91 &.41111-*r1:7_11]:•-1*] f�• 5.1 Geotechnical Analysis Subgrade preparation and foundation fill elements are critical components of all foundation systems. Foundation alternatives for the proposed structures have been evaluated based on the following engineering criteria: • Bearing capacity • Settlement potential • Volume change (shrink -swell) potential R NE l �f ` :J As characterized, the soils primarily consist of fat and lean clays. In -situ moisture levels ranged from approximately 24 percent below to 9 percent above their measured plastic limits with most moisture levels indicating dry soil conditions. Moisture increase potential appears low to high. The field investigation and analyses of laboratory data reveals that the subject property displays a wide variety of soil and rock conditions, along with rolling terrain. Grading plans were not completed in time to be included in the analyses and conclusions and recommendations for this site. The recommendations provided herein should be reviewed and revised as needed once final grading plans are available. The three soil formations identified across the site result in highly variably depths to limestone and shale bedrock. Ground modifications required to achieve the design Potential Vertical Rise (PVR) will be necessary in areas where deeper clay profiles are present above the bedrock. Free water does not appear to be available in the soil strata unless sporadically present atop the bedrock following prolonged wet periods. The limestone rock is very hard in many areas and should be anticipated during mass grading operations. The rate and extent of volume change is dictated by the rate and extent of shrink -swell cycles caused by wetting and drying. Volume change potential is dictated by moisture change potential, clay mineralogy, clay density, soil structure, hydrogeologic environment, and confinement pressure relative to swelling pressures. Moisture increase potential and soil structure can be modified and controlled; and clay content, hydrogeologic environment and confinement pressure can be managed such that volume change is controlled or managed as necessary for each foundation alternative. These are key factors in the ground modification elements of foundation alternatives when screening for the optimal foundation design. The primary provisions in managing the hydrogeologic environment is long-term preservation and stabilization of subgrade moistures and management of desiccation risk. A limited hydrogeologic assessment of the vadose zone indicates the primary source of subsurface moisture is likely surface water infiltration with periodic perched water atop the underlying limestone and shale layers and storage in clay layers below the near surface soils. A deep groundwater source water source was not identified. Surface water storage at the site is minimal, consisting of ponded areas along drainage paths, and there is little thermal cover at this R NE time. Surface grades for the majority of the site slope downward to the north and northeast, and the underlying bedrock gradient is similar. The average soil moisture profile across the site at the time of sampling is presented graphically as follows. Figure 2: Average Soil Moisture Content with Depth 14 a) 12 0 2, 10 8 MMO ■ 0-2' ■ 2-4' ■ 4-6' 5.2 Volume Change Potential of Subsurface ■ 18-20' Direct measurement of soil expansion and the resulting swell pressures under the anticipated stress conditions is the most reliable way to account for the factors that control volume change within natural clay formations and assess swell -shrink conditions within the vadose zone. These analyses indirectly account for clay mineralogy, clay content, clay mix, soil structure, compaction states, and stress states. Measurement of swell pressures allows determination of ground modification requirements for foundation system design. For this study, an assessment of swell potential and swell pressure was conducted on samples recovered from various depths. Swell test results are summarized in Plate A.190 in the Appendix of the report. Three samples were analyzed for swell pressure testing and are presented in the table below: Table 3: Swell Pressure Test Details Boring Depth Load Plasticity (feet) (psf) Index B-39 9 1125 42 B-65 7 875 36 B-157 7 875 28 Total Moisture (%) Swell Final Swell Fines Pressure Void (%) (%) Initial Final I I Increase (psf) Ratio 73 16.7 18.7 2.0 2,000 0.52 0.9 71 17.1 28.1 11 6,500 0.62 7.4 40 16.7 19.6 2.9 1,100 0.57 0.2 The swell test results generally indicate low to moderate swell pressures. For design, we estimate a swell potential of up to 7.0 percent, and swell pressures of up to 6,500 psf in the high plasticity fat clays (CH). The PVR is estimated to be on the order of 5 to 7 inches in areas of areas of fat clay, but below 4 inches in other areas where limited by the shallow depth of limestone. For supplemental reference, PVR was estimated in general accordance with the Texas Department of Transportation (TxDOT) Test Method Tex-124-E as an additional means of assessing untreated swell potential. This method is empirical, assumption -based, generalized, and based on the Atterberg limits and a dry soil moisture content. This reference does not account for all factors influencing volume change and swell potential. This procedure was applied for a 12-foot-deep active zone in the natural moisture condition, and the estimated PVR ranged from negligible to as much as 5 inches. Based on the above analyses, the following parameters have been used to evaluate foundation alternatives and design: Table 4: Untreated Subgrade Movement Potential Material Active Zone Depth (feet) Swell Pressure (psf) Untreated Swell Potential (inches) Fat Clay 0 to 12 1,000 to 6,500 5 to 7 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 soil or rock conditions below the depth of the borings to be similar to those encountered at the boring termination. 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. R NE l �f ` :J 6 FOUNDATION SYSTEM RECOMMENDATIONS Design evaluations have been made for the building foundation systems based on our current understanding of the project and the available subsurface information. Foundation recommendations for the residential structures include a subgrade improvement to depths of 0 to 5 feet. The areas that will require subgrade modification are dependent upon the final grading plans. In order to define the areas to receive subgrade modification, Rone will need to review the grading plans and modify the final report to account for grade modifications. For estimating purposes, we recommend planning on up to 40 percent of the residential lots requiring up to 5 feet of ground improvement. Following subgrade improvement, the proposed residential structures may be supported on shallow foundations bearing within the recompacted subgrade, native soils, or bedrock. A schematic cross-section of the recommended foundation systems is provided in the figure below. Figure 3: Shallow Foundation Cross Section Schematic for Residential Structures Requiring Ground Modification SLAB EXISTING GRADE GRADE BEAMS 15 F-1 1( SLAB T&I OF LI ESibhlr FAT i I I I I I I I i I I I I I I I I I I I, I, I, I I CLAY - ••`-Vum YA".•/.• 1 1 I I I 1 1 1 1 1 1 1 ! I I 1 l 1 1 1 1 1 1. -- FILL I I I 1 1 1 1 1 1 1 I I I r I 1 1 Not to 1 1 1 1 I I I I 1 I + 1 1 1 I r I LIMESTONE Scale I I 1 r r 1 1 1 1 r I I 1 l r 1 1 1 1 1 1 I 1 1 1 1 1 1 I I + I 1 1 1 1 1 i 1 i 1 1 1 1 The recommended subgrade modifications 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 systems. Table 5: Summary of Estimated Ground Improvement Thickness from Final Estimated Swell Swell Potential at Material Pad Elevation (feet) Pressure (psf) Finished Pad (inches) Select Fill (if used) 1 Negligible Negligible Recompacted Subgrade for 0 to 5 800 <1 Residential Structures Limestone 0 to 20 NA <3 PAS 6.1 Ground Modification and Subgrade Treatment Recompaction of the existing subgrade is recommended to control the building pad subgrade and improve the allowable foundation bearing capacity. Any fill used to raise existing grade within the building pads serves a similar purpose. Based on the subsurface conditions encountered in the borings, subgrade modification may extend up to 5 feet below final pad elevations or to the top of suitable limestone, whichever comes first. Subgrade improvement should extend at least 5 feet laterally beyond the proposed buildings to allow for adequate edge treatment. In areas where adjacent flatwork abuts the building, the recompacted subgrade should extend the full width of the pavement (such as porches or patios) to the leading edge of the lawn or landscape area. Controlled fill should be placed within 6 to 12 inches from final pad elevation, then plastic sheeting (6 mil or greater thickness) should be placed atop the controlled fill and the final soil layers placed for the lots that receive subgrade modification. It is not necessary to use plastic sheeting for lots that do not require subgrade modification. Compaction, and/or recompaction of the structure subgrades 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 allow this control. Effective construction controls for the proposed fills are provided in Section 8 Construction of Subgrade Fills. Estimated construction performance and results are also included. 6.2 Excavation Safety Considerations All excavations should be sloped, shored, or shielded in accordance with Occupational Safety and Health (OSHA) requirements. 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. 6.3 Foundation Structures Slab foundations bearing in controlled fill, suitable native soil, or limestone may be used to support the proposed residential structures provided fill construction and testing is performed as recommended in this report. Ground movement potential will be limited with the recommended design provisions; however, grade -supported slabs should be designed to accommodate the anticipated vertical ground movement. Subgrade recompaction and/or grade raise fill should be constructed to within approximately 6 to 12 inches of the planned finished elevations and plastic sheeting of at least 6 mil in thickness should be placed over the recompacted subgrade where ground modifications are required. Once the plastic sheeting is in place, fill should be completed to final grades. All lots should also have a moisture barrier placed immediately beneath the concrete slab. 7 SITE PREPARATION FOR CONSTRUCTION 7.1 General Remove existing foundations, abandoned structures, deleterious materials, site debris, abandoned utilities and all other manmade features, and relocate utilities as required by the work and in accordance with the Plans and Specifications. Clear and grub all tree stumps and root systems as required by the work except where trees or shrubs must be maintained according to the design drawings. Except as otherwise specified or indicated in the drawings or specifications, all materials resulting from clearing and grubbing operations shall be properly disposed. Clear all vegetation and strip topsoil as required to remove all roots and organic matter from all Work areas of the site. In no case shall any spoil or other material resulting from clearing, grubbing and stripping operations be utilized within the earthworks or fill materials or permanently placed onsite except where authorized by the Engineer. 7.2 Excavations All excavations should be performed as indicated in the design documents. Excavations within the some portions of the site will likely encounter shallow limestone. This study was not performed to evaluate the difficulty of ripping, processing and/or excavating the on -site materials, or estimating the volume of those 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. In R NE l addition, the borings did indicate very hard limestone layers and the contractor should anticipate the equipment and time required to excavate these materials during mass grading operations. Dewatering or other groundwater control measures are not anticipated during site grading and building pad preparations. However, perched water could be encountered. Standard sump pits and pumping procedures should be adequate to control seepage on a local basis during excavation. 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, 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 stripping, existing grades and cut grades must 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 815 tamping foot compactor (or approved equivalent). It is not necessary to scarify subgrades that are comprised of limestone. The Geotechnical Engineer of Record will provide the performance of the compactor used as required for this control. Field verification testing will be conducted in accordance with Section 8.4 Quality Control and Field Verification Testing. Any areas not compacting to the properties the compactor should be producing indicate a soft or low modulus subgrade. If testing of recompacted surface grades verifies that soft soils underlie any section of the recompacted surface, then those sections should be overexcavated and recompacted in lifts as required by the Geotechnical Engineer. Where limestone is encountered in only a portion of the foundation excavations, we recommend that the foundation be over excavated at least 6 inches and the processed material placed back into the base of the excavation to help reduce the potential for differential foundation movements with the transition from soil to rock. If the entire foundation rests on the limestone, over -excavation is not necessary. 8.2 Construction of Subgrade Fills 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 on this project are identified as follows: 1. Grade raise fills for building pads and pavement areas 2. Utility trench backfills 3. 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 on this project. Material Clay Gravel and Clayey Soils/Limestone Select Fill (optional) Table 6: Fill Materials Source I Property Ranges Onsite On -Site: Mixture of sandy gravel and sandy fat clay and excavated/milled weathered limestone Import N/A >_ 40% passing #4 sieve Max rock 4 inches — per specification below CL: 15 <_ PI <_ 35 or Flexible Base Percent silt:5 20% Use Building Pads and Pavement Subgrade Building Pads, Pavement Subgrades, Utility Backfill, Site Grading Building Pad Caps All fill soils must be free of organics, debris, large rocks (greater than 4 inches) and all other deleterious material. If any sand and gravel pockets are encountered during the work, those volumes shall be mixed in the predominant clayey fill soils onsite. Clay clods shall be broken down with moisture conditioning and compaction during the work. Silt soil classifications are not acceptable. Gravel content is accounted for in the design and control charts. Fill should be free of organics, debris, large rocks, and deleterious material. Mixing should be able to be achieved by excavating and relocating. Additional handling is not anticipated. Excessively large -sized clay clods should be broken down with proper moisture contents and compaction during the work. If fills greater than 5 feet are required, some larger rock may be able to be placed within the intervals below 5 feet from final pad elevations. Rone should be contacted for further instruction and guidance if this option is needed. R NE l 8.3 Fill Construction Specifications All fill 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 adjustments that may be required must be achieved before compaction. Each lift should be uniformly compacted with at least the minimum number of passes required for full compaction as provided in the following sections. The compaction control specifications for soil construction provided below are developed for each fill required on this project based on predetermined compaction performance of compactor and soil combinations relative to design requirements. These controls have been optimized based on source soil and moisture ranges assessed from the site investigation and typical compactor ranges suitable for these fills and fill volumes. The specifications employ family -of -curve methods for the curves produced in construction in order to use the compactor's performance for control and accommodate soil and moisture variation during construction. RECTM compaction design reports supporting this analysis and process control requirements are attached to this report. The construction specifications and supporting illustrations of the performance, range and limits of construction for each project fill are provided below. At the end of this section, a table is provided as a summary and quick reference of each specification. Information can also be provided on the relative performance of alternative compactors for changes during construction and selection by the contractor. All completed lifts should be protected by subsequent lifts placed as soon as practical during construction. Completed lifts shall be kept wet to avoid drying where subsequent construction cover is delayed. Completed lifts damaged by desiccation, erosion, construction traffic, or other disturbances shall be scarified and re -compacted according to the process control requirements for that particular fill. 8.3.1 Recompaction of Existing Subgrade and Grade Raise Fil The residential building pads that will require subgrade modification should be excavated to of the required depth up to 5 feet below final pad elevation, or to the top of suitable limestone, whichever occurs first. The building pad subgrades for all residential lots should be fully and uniformly compacted to final pad elevation. Moisture levels should be wet of the optimum moisture content during construction according to the following process control specifications. R NE l Use a footed compactor equivalent to a CAT 815, as approved by the Geotechnical Engineer of Record. Compact in 10-inch maximum loose lifts to at density of least 105 pcf in construction and to an air percentage not exceeding 6.2 percent. The optimum moisture contents and maximum densities 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 in the CHARTS section of the appendix. The Compaction Performance and Design Chart 1a 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 range can be refined with more soil information prior to or during construction. A diagram of the compaction specification is provided on the Compaction Control Chart 1b. 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 compaction using at least the minimum number of passes. Additional control specifications are also noted on the chart. It is critical for the strength and stability requirements 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. Chart 1 b can be used as a separate reference during construction. The RECTM Compaction Design Reports covering the soil ranges at the site are included the CHARTS section of the appendix. 8.3.2 Utility Trench Backfill Utility trench backfill may consist of on -site clay uniformly compacted in 6-inch loose lifts wet of the optimum moisture contents in construction to an air content not exceeding 6.7 percent. Optimum moisture is 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. Use hand -operated compaction equipment approved by the Geotechnical Engineer of Record. The family -of -curves and construction acceptance range will be provided by the Geotechnical Engineer of Record. The general performance, range and limits of this construction using an approved compactor are illustrated on the Compaction Performance and Design Chart 2a and on the Compaction Control Chart 2b. This information should be confirmed prior to construction using additional subsurface information. Where possible, and the compaction requirements in Section 8.3.1 can be used for backfill of these utility trenches. 8.3.3 General Fills for Site Grading and Drainage Place and compact general site fills for landscape grading and drainage using native clay. Compact in 12-inch loose lifts with the earthmoving equipment onsite. Use visual controls for wet - of -optimum compaction. Surficial topsoil in landscape areas does not require compaction beyond that produced by the equipment used for 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., Summary of Compaction Specifications Building Pad and Utility Trench General Site Fill Pavement Subgrade Backfill Grading Material On -Site Clay On -Site Clay On -Site Clay Compactor CAT 815 Hand operated NA Minimum Foot Length (inches) 6 NA NA Maximum Lift Thickness (inches) 10 6 12 Minimum Number of Passes 10 NA NA Maximum Air Voids (%) 6.2 6.7 NA Minimum Dry Density (pcf) 105.0 96.0 NA Minimum Moisture Content (%) 11.0 14.5 NA Min. Compacted Strength (psf) 5,100 NA NA 8.4 Quality Control and Field Verification Testing Before fill construction, the property ranges of fill materials should be determined using index property testing. During construction, 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 fill material and expected variations. Borrow material 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 and conduct verification testing during all fill construction. Verification testing of compacted lifts should be conducted at appropriate frequencies to ensure that compaction controls are satisfied 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. We recommend that Rone assist in developing a work plan for effective process controls designed for engineering requirements, the construction plan, production needs, and direct data verification records. We strongly encourage Rone be included in the pre -bid process with earthwork contractors to provide guidance in regard to fill controls for this project. A pre -construction meeting including the general contractor, earthwork contractor and soils engineer is critical to an effective launch of the project. 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 herein are based on critical construction controls in the earthworks and soil construction on this project. The monitoring required to verify these implementations is thus critical to construction effectiveness. The requirements of this report are also based on limited geotechnical, geologic and hydrogeologic information about the subsurface conditions. Thus, subgrade conditions must be interpolated and estimated between borings and subsurface testing. Anomalies are often encountered during construction. The potential for subsurface variation from that assumed for design could result in design changes and increased ground risk. The Geotechnical Engineer of Record should be retained to provide the controls needed for soil construction, monitor earthwork operations, monitor foundation construction, evaluate materials, and conduct periodic testing during the construction phase of the project. This enables the geotechnical engineer to verify design conditions, manage ground risk, verify compliant R NE construction, adjust design requirements when unanticipated conditions are encountered, assist the builder, and represent Owner interests. 9 BUILDING FOUNDATION STRUCTURES 9.1 Slab Foundation Design 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. 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, native soil, or limestone. 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 ground 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: Table 8: PTI Design Criteria Parameter I Condition 4.0-inch PVR Edge Moisture Variation Distance, em (feet) Differential Soil Movement, ym (inches) Center Lift 6.1 Edge Lift 3.5 Center Lift 1.8 Edge Lift 2.1 R NE l 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. Where weathered limestone is encountered in only a portion of the foundation excavations, we recommend that the foundation be over excavated at least 6 inches and the processed material placed back into the base of the excavation to help reduce the potential for differential foundation movements with the transition from soil to rock. If the entire foundation rests on the limestone, over -excavation is not necessary. 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 Pavement Design 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. 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', 620 psi 620 psi Number of Traffic Lanes in One Direction 2 2 Annual Traffic Growth Rate (%) 1.5 1.5 Total Equivalent Single Axle Loads (ESALs) 900,000 3,000,000 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 Traffic Use Residential Streets Walsh Avenue Commercial Connector Portland Cement Design ESAL for Concrete Flexural/Compressive Strength (psi) (inches) 540/3,600 580/4,000 627/4,500 6 564,000 706,000 905,000 8 1,400,000 1,900,000 2,200,000 9 1,800,000 2,000,000 2,500,000 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 R NE l 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 In accordance with City of Fort Worth Pavement Design Criteria, we recommend 6 inches of lime treated subgrade beneath concrete pavements for residential roadways. Main arterial roadways will require an 8 inch lime treated subgrade. 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 The pavement subgrades shall follow the recommendations in Section 8 Construction of Subgrade Fills. It is crucial that the moisture and compaction states be maintained until the overlying pavement is placed. If the treated subgrade is allowed to dry prior to the pavement construction, the risk of shrinkage cracks within the pavement surface is increased. Proper drainage should be provided both during and after construction. The pavement surface should be contoured such that surface water drains off, away from the pavement and into inlets. Water allowed to pond on or adjacent to pavement surfaces will saturate the subgrade soils leading to premature pavement failure. All joints should be adequately sealed. Maintenance should include regular observation to identify and seal cracks. A flexible joint material should be used to seal cracks as they develop. 11 SITE COMPLETION AND MAINTENANCE 11.1 Site Grading and Drainage The geotechnical design for this project accounts for limited assessment of hydrogeologic conditions and intends to provide for efforts to maintain stable, moist subgrade conditions in a uniform manner 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. 11.2 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. 12 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. A detailed hydraulic conductivity (permeability) study was not included in our scope of services; therefore, the following recommendations should be considered as general guidelines for water retention, and not as an assurance that the retention pond will maintain a constant water surface elevation. Rone would be pleased to provide these as additional services if the Owner desires. If permanent water storage is desired (retention pond), a pond lining will be required. The lining may consist of clay soils, a synthetic liner, or a combination of these. If a clay liner option is selected, we recommend the material should have a liquid limit greater than 50 and a plasticity index greater than 30. Based on the boring results, most onsite clays meet the above criteria. The subgrade preparation and clay liner construction should follow the recommendations in Section 8 Construction of Subgrade Fills. Liner construction must be conducted wet -of - optimum moisture contents in construction, with full lift kneading and full compaction with sufficient compaction energy. The compacted thickness of the liner should be at least 2 feet. Portions of the clay liner above the permanent water elevation will be subject to typical shrink/swell behavior. The clay liner should be irrigated to maintain sufficient moisture levels and prevent the liner from drying and experiencing the formation of shrinkage cracks. We recommend the side slope be kept at 31-1:1 V or flatter. Rone can develop pond liner recommendations utilizing onsite soils if desired by the design team. 13 STUDY CLOSURE 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 Rone is not serving a monitoring role during construction as advised, and 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. R NE l 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. This study 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 2022 RONE ENGINEERING SERVICES, LTD. This report provides advanced 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. CHARTS 22-26749 - Walsh Ranch PA5, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart - CAT 815, 10" Maximum Loose Lift, Full Soil Range 136 - 0.24 % % LEGEND Upper and lower optimum points at full compaction in construction - 0.26 % Midpoint optimum at full compaction in construction % Line -of -optimums in construction covering the soil range of the upper 5' clay layer 131 % Predominant soil range of the upper 5' clay layer - 0.29 %%. Line -of -optimums extension for unexpected soil variation Compactor - - - - - - ZAV (SG - 2.68 assumed average, based on 3 tests) - 0.31 % .................. % Air Voids (Na) e 126 Performance -0.52 Void Ratio (e) - 0.34 across soil range % % % - - - - - Design construction range - MC: 11 - 20%, Max % Air Voids: 6.2%, Min Dry Density: 105 pcf (designed to encompass SG: 2.66 - 2.70) ♦ 0.37 Notes: Avg free swell: 2.2 ±25% 1. Compactor performance is predetermined with generally good accuracy. UCS: -5200 IbS o 121 jft2 +20% 2. Compactor performance and control design is based on limited soil 0.39 S6 samples from on -site borings. These limited samples are assumed to be representative of the range of soils used for fill construction. 0 > 0.42 3. SC/CL/CH Soil Range: Maximum % Air Voids: 6.2% 14 % PI Range: 14 - 46 (predominant 20 - 39) 116 %Fines Range: 28 - 95% (predominant 55 - 90%) U _a - 0.45 ♦%Gravel Range: 2 - 35% (predominant 4 - 22%) >_ -Situ moisture range based on data from 8 to 10/2022. Predominant Soil Range:♦ 4. In 0.49 5. In -Situ gravel is accounted for on this chart. Avg free swell: 2.3 - 3.7 ±25%..♦ 6. Non -cohesive soils are not covered in this plot. 111 Avg UCS: -6200 - -7300 lbs/ftz ±20% ♦%♦ 7. Free swell does not equate to confined swell in 0,52 ♦finished construction states. %♦%♦ 8. Constructed permeabilities not factored - 0,56 Avg free swell: 4.6 ±25% in swell potential numbers provided. 106 UCS: -5400 Ibs/ft2 +20% - O.63 i Design Moisture Range :-< - - - - - - - - - - - - - - - - - - - - - - - - - 101 11.0% - 20.0% ZAV (2.68) - O.67 Full In -Situ Range I Predominant In -Situ Moisture I Full In -Situ Moisture L< - - - - - - - - - - - L* - - - - - - - - - - - - - - - - - - - - - - - - - - - > L - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 0.72 (upper 5' clay layer): Range (upper 5' clay layer) Range (upper 5' clay layer) -lot Cl CI, 5 10 15 20 25 30 Moisture Content (%) CHART la PROJECT NO: 22-26749 COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME: AND PAVEMENT SUBGRADE DRAWN BY: GH DATE: 11-29-2022 RONE BUILDING AWALSH RANCH PA5 REVISED BY: Ci DATE: 11-29-2022 E A R T H W 0 R K S Southwest of The Walsh Ranch Community and 1-20 REVISED BY: DATE: 50 City, Texas APPROVED BY: SW DATE: 11-29-2022 22-26749 — Walsh Ranch PA5, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart — CAT 815, 10" Maximum Loose Lift, Full Soil Range 132 0,29 127 — 0,31 Min. Moisture 0.34 Content (11.0%) 122 0.37 0.39 0 is — 0,42 v 117 0 0.45 V Q N 112 — 0,49 a� — 0.52 — 0.56 107 0.59 — 0.63 • ,�• LEGEND • `� — — — — — - ZAV (SG — 2.68 shown) % % % %Air Voids (Na) ` — 0.52 Void Ratio (e) L— _ _ —I Performance range Control Specifications: %•� 1. Performance range requires, and is only valid with, full compaction at wet -of -optimum moisture I contents in construction for the range of soils on site. • 2. Fully compact in 10" maximum loose lifts with minimum of 10 passes. �•% 3. This compaction control is valid for grade raises from on -site cut areas. 4. Set density meter to 2,68 SG. % 5. Maintain cleaner bar close to the drum. �• 5. When � air voids exceeds the maximum limit of 6.2%after lifts are fully compacted, ��� the solution is always wetting and recompaction. 7. Moisture changes may only be made before compaction and on scarified lifts. �•� 8. Compacted lifts must be maintained in wet state after compaction. Maximum % Air Voids: 6.2% (with gauge setting 5G=2.6$) — 0.67 Notes: ►� 1. Compaction controls are based on limited soil samples from on -site borings. These limited samples are assumed to be representative of the properties of these fill soils. ,%% ZAV (2.68) 2. The controls on this chart reflect Family -of -Curve methods for compaction control. 'sr ' . Zd}� '' ., 1p,� ' -,• 8!� �� Iry — 0 72 97 .- 1 = 19 24 29 Moisture Content CHART 1b PROJECT NO: 22-26749 COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME: RON E BUILDING AND PAVEMENT SUBGRADE DRAWN BY: GH DATE: 11-29-2022 REVISED BY: CJ DATE: 11-29-2022 WALSH RANCH PA5 E A R T H W O R K S Southwest of The Walsh Ranch Community and 1-20 REVISED BY: DATE: City, Texas APPROVED BY: SW DATE: 11-29-2022 128 123 118 113 ra 0 7 108 a N a� Z 103 22-26749 — Walsh Ranch PAS, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range ` ++ LEGEND — 0.3I ` 40 Upper and lower optimum points at full compaction in construction • ♦ O Midpoint optimum at full compaction in construction — 0.34 ♦♦ Line -of -optimums in construction covering the soil range of the upper 5' clay layer Predominant soil range of the upper 5' clay layer + 0.37 ++ Line -of -optimums extension for unexpected soil variation `.� ZAV (SG — 2.68 assumed average, based on 3 tests) — 039 Corrected/Stabilized `++ %Air Voids (Na) Lab D-698 performance `• — 0.5z Void Ratio (e) — 0.42 across sail range { `� — — — — — Design construction range —MC: 14.5-25.0%, Max % Air Voids: 6.7%, Min Dry Density: 96 pcf (designed to encompass SG: 2.66-2.70) — 0.45 `. Notes: +� 1. SC/CL/CH Soil Range: — 0.49 `+♦ PI Range: 14 — 46 (predominant 20 — 39) %%Fines Range: 28-95%(predominant 55-90%) Y `•�%Gravel Range: 2 — 35% (predominant 4 — 22%) 0.52 ` `• 2. In -Situ moisture range based on data from 8 to 10/2022. +•• 3. In -Situ gravel is accounted for on this chart. 0.56 `+ 4. Non -cohesive soils are not covered in this plot. Maximum % Air Voids: 6.7% + �- 0.59 — 0.63 0.67 98 0.72 0.76 93 88 • + • + • Design moisture range F------------------------ - - - - �� i 14.5% — 25.0% i — 0.51 1 , Full MC Range t Predominant In -Situ Moisture t Full In -Situ Moisture <--------tE--------------------------->L---------------------------------->� (upper 5' layer) Range (upper 5' clay layer) Range (upper 5' .clay layer) 1 , i i 4% ass ... Dv % 3 8 13 18 23 28 RONE E A R T H W O R K S Moisture Content (%) CHART 2a COMPACTION PERFORMANCE AND DESIGN CHART UTILITY TRENCH BACKFILL WALSH RANCH PA5 Southwest of The Walsh Ranch Community and 1-20 City, Texas +•+2AV (2.69) 6� .. --.A .' �� •�• 33 PROJECT NO: 22-26749 FILE NAME: DRAWN BY: GH DATE: 11-29-2022 REVISED BY: CJ DATE: 11-29-2022 REVISED BY: DATE: APPROVED BY: SW DATE: 11-29-2022 22-26749 — Walsh Ranch PAS, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range 123 — 0.37 `+ `% LEGEND + — — — — — - ZAV (SG — 2.68 shown) — 0 39 '.� %Air Voids (Na) I `■ — 0.52 Void Ratio (e) 118 — 042 • +% i I Acceptance range ` `---- Min: Moisture I ` • Control Specifications: + Content (14.5%) `%% 1. Acceptance range requires, and is only valid with, full compaction at wet -of - optimum moisture contents in construction for the range of soils on site. '. 2. Fully compact in 6" loose lifts. 113 ,++ 3. Set density meter to 2.68 SG. — 0.49 `4. When % air voids exceeds the maximum limit of 6.7% after lifts are fully 1 ++ compacted, the solution is always wetting and recompaction. 5. Moisture changes may only be made before compaction and on scarified lifts. — 0.52 + �• 108 — 0,56 Maximum °% Air Voids: 6.7% � ��•� — 0.59 (with gauge setting 5G=2.68) `•� 103 ' — 0.67 N ` 98 — 0.72 `. Min. Dry Density (96.0 picf) 1. `■� ` — 0.76 93 _ '•, — 0.8I Notes: 1. Compaction controls are based on limited soil samples from on -site borings. These limited samples are assumed to be representative of the properties of these fill soils. ` 2. The controls on this chart reflect Family -of -Curve methods for compaction control.4� 88 RONE E A R T H W O R K S Ili 23 Moisture Content (%) CHART 2b COMPACTION CONTROL CHART FOR CONSTRUCTION UTILITY TRENCH BACKFILL WALSH RANCH PA5 Southwest of The Walsh Ranch Community and 1-20 City, Texas 28 PROJECT NO: FILE NAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY ZAV (2.68) 33 22-26749 GH DATE: 11-29-2022 CJ DATE: 11-29-2022 DATE: SW DATE: 11-29-2022 F NE `A R T" W ° R K S RECT"' Compaction Design Report Project Number: 22-26749 Fill: Foundation Report Number: 26749-01 Project Name: Walsh Ranch PA5 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Project Owner: Quail Valley Land Company Produced By: Gary Hougardy Control Specifications and References Lift Properties at 97% Compaction on Construction Curve t Min % of Max Dry Density 97% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 8.8 12.2 ±1% MC Compacted Fill Property Requirements y (Ibs/ft3) 121.7 121.7 f2.0% Air Voids Percentage 6.2% S (%) 64.2 89.6 f3% Factor of Safety 2.2 e 0.36 0.36 f3% Na (%) 9.5 2.8 f3% Design Compaction Conditions w Potential (%) +4.9 +1.4 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 6,038 5,142 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 1,782 1,652 ±10% USCS Classification SC Ranges ON ASTM D 2850 29 25 ±10% Specific Gravity 2.66 2.66 - 2.70 Free Swell (%) ASTM D 4546 2.5 1.2 ±25% Liquid Limit (%) 31 29 - 33 CBR* (%) Soaked 1.2 5.7 ±10% Plasticity Index (%) 14 12 - 16 CBR* (%) Unsoaked 54.7 9.4 ±10% Plastic Limit (%) 17 Res Mod (Ibs/in2) Soaked 1,764 7,808 ±10% % Fines (Passing #200) 28 24 - 30 Res Mod (Ibs/in2) Unsoaked 33,099 10,721 ±10% % Gravel (Retained #4) 4 3 - 25 % Sand (Passing #4) 68 45 - 73 ' Construction Control Specifications Minimum % of Maximum Drv_ Density _ _ _ _ _ _ i• - Z`VI Construction Curve 97% y `1 i +, Wet -of -Optimum Moisture Rana_ e for 97% 5 10.1% - 12.2% (t1% MC) Lift Construction Curve Minimum # of Roller Passes 9 (Equiv 5 roundr/p passes, full lift coverage required) 125- 1b5;'ft Compaction curves should be obtained 12E +•� regularly with changes in material index properties and upon change in color or texture for effective construction control. 121-7lbs/Y I ++`.� M-D probe depths should be centered on the center of the compacted lift. I I t c and m -Unsaturated triaxia/ test, total stress soil parameter. r I I UCS -Unconfined Compressive Strength. Measured values include a, y, UC5, c, m Free Swell and OR (soaked and unsoaked). Calculated values include S, e, Na, w j I Potential, and Resilient Modulus (soaked and unsoaked). ~' Wet side permeability in field not factored in Free Swell test +. condition. 110 - I I i.10_1% j12.2- Moisture Content, co Graphics powered by Mathematica * CBR based on field compacted state. 1 Properties represent average values. Soil Sample Loc: On site Desc: Upper -bound, Date: 10/18/2022 full soil range Authorization By: Print Name: 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'I 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: 2.32 - 7.2 F NE Ca, R T H WCJ R K5 Project Number: 22-26749 Project Name: Walsh Ranch PAS Project Owner: Quail Valley Land Company Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.2% Factor of Safety 1.5 Design Compaction Conditions Loose Lift Thickness (in) 10 Compactor CAT 815 USCS Classification CL Ranges Specific Gravity 2.67 2.66 - 2.70 Liquid Limit (%) 37 35 - 39 Plasticity Index (%) 20 18 - 22 Plastic Limit (%) 17 % Fines (Passing #200) 55 52 - 57 % Gravel (Retained #4) 3 2 - 18 % Sand (Passing #4) 42 25 - 46 RECTM Compaction Design Report Fill: Foundation Report Number: 26749-02 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance w (%) 9.2 14.0 ±1% MC y (Ibs/ft3) 116.2 116.2 f1.8% S (%) 56.7 86.2 f3% e 0.43 0.43 f3% Na (%) 13.1 4.2 f3% w Potential (%) +7.0 +2.2 f3% UCS (Ibs/ft2) ASTM D 2166 7,665 6,747 ±20% c (Ibs/ft2) ASTM D 2850 2,314 2,237 ±10% ON ASTM D 2850 28 23 ±10% Free Swell (%) ASTM D 4546 8.2 2.4 ±25% CBR* (%) Soaked 1.2 3.8 ±10% CBR* (%) Unsoaked 38.5 8.6 ±10% Res Mod (Ibs/in2) Soaked 1,748 5,732 ±10% Res Mod (Ibs/in2) Unsoaked 26,416 10,122 ±10% cam. ci-v= ------- ZAP' ,3 Lift Constructio-n Curve _f iza - �' 93� comp�cti?ari v -I fK2Fbs/ft' 11 Iio - i 1�- 1fl - Moisture Content- c. i :r i Construction Control Specifications Minimum % of Maximum Drv_ Density Construction Curve 95% Wet -of -Optimum Moisture Rana_ e for 95% 10.9% - 14.0% (t1% MC) Minimum # of Roller Passes 10 (Equiv 5 roundrip passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. r UCS - Unconfined Compressive Strength. Measured values include a, y, UCS, c, m Free Swell, and OR ~ ` (soaked and unsoaked). Calculated values include S, e, Na, m " W Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in field not factored in Free Swell test t condition. * CBR based on field compacted state. 1 Properties represent average values. Soil Sample Date: 10/13/2022 Loc: On site Desc: Upper -bound, predominant soil range Authorization By: 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'I 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: 2.32 - 7.2 a F NE EARTti1l�'G�xS Project Number: 22-26749 Project Name: Walsh Ranch PA5 Project Owner: Quail Valley Land Company Control Specifications and References Min % of Max Dry Density 95% Lab Reference Standard ASTM D 698 (SP) Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.2% Factor of Safety 1.1 Design Compaction Conditions Loose Lift Thickness (in) 10 Compactor CAT 815 USCS Classification CL Ranges Specific Gravity 2.68 2.66 - 2.70 Liquid Limit (%) 48 46 - 50 Plasticity Index (%) 30 28 - 32 Plastic Limit (%) 18 % Fines (Passing #200) 73 70 - 75 % Gravel (Retained #4) 2 1-9 % Sand (Passing #4) 25 16 - 29 RECTM Compaction Design Report Fill: Foundation Report Number: 26749-03 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance w (%) 11.6 15.7 f 1% MC y (IbS/ft3) 111.3 111.3 f1.8% S (%) 61.9 83.9 f3% e 0.50 0.50 f3% Na (%) 12.7 5.4 f3% w Potential (%) +7.1 +3.0 f3% UCS (Ibs/ft2) ASTM D 2166 7,608 7,326 ±20% c (Ibs/ft2) ASTM D 2850 2,388 2,590 ±10% ON ASTM D 2850 26 19 ±10% Free Swell (%) ASTM D 4546 10.0 3.1 ±25% CBR* (%) Soaked 1.0 3.4 ±10% CBR* (%) Unsoaked 32.3 7.8 ±10% Res Mod (Ibs/in2) Soaked 1,466 5,143 ±10% Res Mod (Ibs/in2) Unsoaked 23,609 9,534 ±10% CDZA. CIA" ~'•, Lab aj aL �5% campacnn '* ice- Side: 15.5 c,c Wet Side: 20-4 17c pia - Lift Construction Cun-e y: 117-2 1bs.''ft3 lit- . I , jy • « 111.3 tbs;'fV I ASn11) 698 (SP)** fj : 17-3 c •. I y = 107.71bs,'ftA«, I I I 11 1 i f i I I I i I oin re L+Ontent_ w f �c ** ASTM D 698 (SP) equivalent, corrected to control relative moisture standard in construction. Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Drv_ Density Construction Curve 95% ASTM D 698 (SP) 103% Wet-of-ODtimum Moisture Ranoe for 95% 13.0 - 15.7% (f1% MC) Minimum # of Roller Passes 10 (Equiv. 5 roundtrip passes, full l/ft coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated tr/axlal test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include a, y, UCS, c, 0, Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, m 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. 1 Properties represent average values. Soil Sample Date: 9/26/2022 Loc: On site Desc: Midpoint, predominant soil range Authorization By: Print Name: 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: 2.32 - 7.2 F NE Ca, R T H WCJ R K5 Project Number: 22-26749 Project Name: Walsh Ranch PAS Project Owner: Quail Valley Land Company Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.2% Factor of Safety 1.1 Design Compaction Conditions Loose Lift Thickness (in) 10 Compactor CAT 815 USCS Classification CH Ranges Specific Gravity 2.68 2.66 - 2.70 Liquid Limit (%) 59 57 - 61 Plasticity Index (%) 39 37 - 41 Plastic Limit (%) 20 % Fines (Passing #200) 90 87 - 92 % Gravel (Retained #4) 1 0-4 % Sand (Passing #4) 9 4 - 13 11F _ ?' 95�f com action 106.4 lbs/f1' h RECTM Compaction Design Report 4 1 Lift Construction Curve L-J : 15-1�f `. v : 112. lbsfft'�*. ofsftre Content, w (%) Fill: Foundation Report Number: 26749-04 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance w (%) 13.7 17.9 f1% MC y (Ibs/ft3) 106.4 106.4 f1.9% S (%) 64.3 83.8 f3% e 0.57 0.57 f3% Na (%) 13.0 5.9 f3% w Potential (%) +7.6 +3.5 f3% UCS (Ibs/ft2) ASTM D 2166 6,700 6,482 ±20% c (Ibs/ft2) ASTM D 2850 2,164 2,388 ±10% ON ASTM D 2850 24 17 ±10% Free Swell (%) ASTM D 4546 11.7 3.7 ±25% CBR* (%) Soaked 0.9 3.0 ±10% CBR* (%) Unsoaked 27.0 6.4 ±10% Res Mod (Ibs/in2) Soaked 1,401 4,509 ±10% Res Mod (Ibs/in2) Unsoaked 21,054 8,388 ±10% Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Drv_ Density Construction Curve 95% Wet-of-ODtimum Moisture Rana_ e for 95% 15.1% - 17.9% (t1% MC) Minimum # of Roller Passes 11 (Equiv 6 roundtrip passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include a, y, UCS, c, m Free Swell, and OR (soaked and unsoaked). Calculated values include S, e, Na, m 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. 1 Properties represent average values. Soil Sample Date: 8/26/2022 Loc: On site Desc: Lower -bound, predominant soil range Authorization By: Print Name: 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'I 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: 2.32 - 7.2 F NE `A R T" W ° R K S RECT"' Compaction Design Report Project Number: 22-26749 Fill: Foundation Report Number: 26749-05 Project Name: Walsh Ranch PA5 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Project Owner: Quail Valley Land Company 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 w (%) 15.5 19.1 fl% MC Compacted Fill Property Requirements y (Ibs/ft3) 104.3 104.3 f1.9% Air Voids Percentage 6.2% S (%) 68.4 84.1 f3% Factor of Safety 1.0 e 0.61 0.61 f3% Na (%) 12.0 6.0 f3% Design Compaction Conditions w Potential (%) +7.2 +3.6 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 5,963 5,634 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 1,961 2,133 ±10% USCS Classification CH Ranges ON ASTM D 2850 23 16 ±10% Specific Gravity 2.69 2.66 - 2.70 Free Swell (%) ASTM D 4546 13.2 4.6 ±25% Liquid Limit (%) 68 66 - 70 CBR* (%) Soaked 0.9 2.9 ±10% Plasticity Index (%) 46 44 - 48 CBR* (%) Unsoaked 24.6 5.8 ±10% Plastic Limit (%) 22 Res Mod (Ibs/in2) Soaked 1,290 4,351 ±10% % Fines (Passing #200) 95 93 - 97 Res Mod (Ibs/in2) Unsoaked 19,837 7,912 ±10% % Gravel (Retained #4) 0 0-2 % Sand (Passing #4) 5 1-7 Y- ?' °c -96� com action 104-3 4 1 CAME. C-6ne 4 • 4 a• ~4 Lift Canstruxtian Cume ci.. 16.71�t '., 108.6 1bs:'ft1'•� I •h I ______ ____ram I I i I h � k Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 96% Wet -of -Optimum Moisture Rana_ e for 96% 16.7% - 19.1% (tl% MC) Minimum # of Roller Passes 11 (Equiv 6 roundtrip passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include a, y, UCS, c, m Free Swell, and OR (soaked and unsoaked). Calculated values include S, e, Na, m 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. 1 Properties represent average values. ' k Soil Sample Date: 10/12/2022 k Loc: On site Desc: Lower -bound, full soil range 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 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'I 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: 2.32 - 7.2 F NE `A R T"I ° R x RECT"' Compaction Design Report Project Number: 22-26749 Fill: Foundation Report Number: 26749-06 Project Name: Walsh Ranch PA5 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Project Owner: Quail Valley Land Company 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 Resilient Modulus Method AASHTO w (%) 10.8 15.2 f1% MC Compacted Fill Property Requirements y (Ibs/ft3) 112.8 112.8 f1.8% Air Voids Percentage 6.7% S (%) 60.4 85.0 f3% Factor of Safety 1.4 e 0.48 0.48 f3% Na (%) 12.8 4.8 f3% Design Compaction Conditions w Potential (%) +7.1 +2.7 f3% Loose Lift Thickness (in) 9 UCS (Ibs/ft2) ASTM D 2166 6,082 5,347 ±20% Compactor CAT 563 Dynamic High c (Ibs/ft2) ASTM D 2850 1,831 1,766 ±10% USCS Classification CL Ranges ON ASTM D 2850 28 23 ±10% Specific Gravity 2.67 2.66 - 2.70 Free Swell (%) ASTM D 4546 2.5 1.3 ±25% Liquid Limit (%) 37 35 - 39 CBR* (%) Soaked 1.0 3.5 ±10% Plasticity Index (%) 20 18 - 22 CBR* (%) Unsoaked 34.1 8.1 ±10% Plastic Limit (%) 17 Res Mod (Ibs/in2) Soaked 1,551 5,320 ±10% % Fines (Passing #200) 55 52 - 57 Res Mod (Ibs/in2) Unsoaked 24,475 9,714 ±10% % Gravel (Retained #4) 3 2 - 18 % Sand (Passing #4) 42 25 - 46 =� Y Construction Control Specifications '. u'mar. C,_-a Minimum % of Maximum Drv_ Density YYY - - - - • - - - ka Construction Curve 95% -{ , {Y, Wet -of -Optimum Moisture Ranae for 95% k*Y 12.3% - 15.2% (t1% MC) Lift Construction Curve Minimum # of Roller Passes 123 * 120 7 (Equiv. 4roundtrip passes, full lift coverage required) Compaction curves should be obtained i Y.Y regularly with changes in material index r ',Y properties and upon change in color or I texture for effective construction control. Y :�S aartlpa t°r'- -- . -- -- . -. . - . -- . - �` M-D probe depths should be centered on •�* 112.8 lfis{# the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. * Measured values include a, y, UCS, c, m Free Swell, and OR * (soaked and unsoaked). Calculated values include S, e, Na, m I + Potential, and Resilient Modulus (soaked and unsoaked). F ; ; • • Wet side permeability in field not factored in Free Swell test I condition. * CBR based on field compacted state. 1 Properties represent average values. yy i Soil Sample Date: 10/13/2022 Loc: On site Desc: Upper -bound, predominant soil range 12.3% :15-2ck Authorization By: Moisture Conttnt, 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 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'I 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: 2.32 - 7.2 F NE Ca, R T H WCJ R K5 Project Number: 22-26749 Project Name: Walsh Ranch PAS Project Owner: Quail Valley Land Company Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.7% Factor of Safety 1.0 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Static USCS Classification CH Ranges Specific Gravity 2.68 2.66 - 2.70 Liquid Limit (%) 59 57 - 61 Plasticity Index (%) 39 37 - 41 Plastic Limit (%) 20 % Fines (Passing #200) 90 87 - 92 % Gravel (Retained #4) 1 0-4 % Sand (Passing #4) 9 4 - 13 1DE - �5�� corn action 100-21bG.Tt' sa - sf - -• Lift Construction Cure �J : 18-1 *• v - 1DS-S 1b�ffta ••. 20.85c lfoisture Content, w feie] RECTM Compaction Design Report Fill: Foundation Report Number: 26749-07 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance w (%) 16.8 20.8 fl% MC y (Ibs/ft3) 100.2 100.2 f1.9% S (%) 67.4 83.5 f3% e 0.67 0.67 f3% Na (%) 13.1 6.6 f3% w Potential (%) +8.1 +4.1 f3% UCS (Ibs/ft2) ASTM D 2166 4,587 4,614 ±20% c (Ibs/ft2) ASTM D 2850 1,502 1,707 ±10% ON ASTM D 2850 24 17 ±10% Free Swell (%) ASTM D 4546 4.4 1.5 ±25% CBR* (%) Soaked 0.7 2.7 ±10% CBR* (%) Unsoaked 20.0 4.8 ±10% Res Mod (Ibs/in2) Soaked 1,079 4,051 ±10% Res Mod (Ibs/in2) Unsoaked 17,400 6,959 ±10% Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Drv_ Density Construction Curve 95% Wet-of-ODtimum Moisture Rana_ e for 95% 18.1% - 20.8% (tl% MC) Minimum # of Roller Passes 8 (Equiv 4 roundtno passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include a, y, UCS, c, m Free Swell, and OR (soaked and unsoaked). Calculated values include S, e, Na, m 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. 1 Properties represent average values. Soil Sample Date: 8/26/2022 Loc: On site Desc: Lower -bound, predominant soil range Authorization By: Print Name: 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'I 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: 2.32 - 7.2 F NE Ca, R T H WCJ R K5 Project Number: 22-26749 Project Name: Walsh Ranch PAS Project Owner: Quail Valley Land Company Control Specifications and References Min % of Max Dry Density 96% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.7% Factor of Safety 1.0 Design Compaction Conditions Loose Lift Thickness (in) 9 Compactor CAT 563 Static USCS Classification CH Ranges Specific Gravity 2.69 2.66 - 2.70 Liquid Limit (%) 68 66 - 70 Plasticity Index (%) 46 44 - 48 Plastic Limit (%) 22 % Fines (Passing #200) 95 93 - 97 % Gravel (Retained #4) 0 0-2 % Sand (Passing #4) 5 1-7 RECTM Compaction Design Report Fill: Foundation Report Number: 26749-08 Remarks: Subgrade Reconstruction Report Date: 11/29/2022 Produced By: Gary Hougardy Lift Properties at 96% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance w (%) 18.8 22.2 f 1% MC y (Ibs/ft3) 98.1 98.1 f1.9% S (%) 71.0 83.9 f3% e 0.71 0.71 f3% Na (%) 12.1 6.7 f3% w Potential (%) +7.7 +4.3 f3% UCS (Ibs/ft2) ASTM D 2166 4,101 4,046 ±20% c (Ibs/ft2) ASTM D 2850 1,367 1,539 ±10% ON ASTM D 2850 23 15 ±10% Free Swell (%) ASTM D 4546 5.0 1.8 ±25% CBR* (%) Soaked 0.6 2.6 ±10% CBR* (%) Unsoaked 17.6 4.2 ±10% Res Mod (Ibs/in2) Soaked 965 3,888 ±10% Res Mod (Ibs/in2) Unsoaked 15,995 6,411 ±10% ,h L �• C rsl. cz.^i2 r •y Lift Construction Curve iJ : 19.95 v : 102.1 Ibs/ft' + -. .__, 1 D D - y 98.1lbs/ftl ., I I i i I I i ' I I k9-9% i22-2% 20 _F oinre Content- cI; (- -C I Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 96% Wet-of-ODtimum Moisture Rana_ e for 96% 19.9% - 22.2% (tl% MC) Minimum # of Roller Passes 8 (Equiv 4 roundtno passes, full lift coverage required) Compaction curves should be obtained regularly with changes in material index properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on the center of the compacted lift. t c and m - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include a, y, UCS, c, m Free Swell, and OR (soaked and unsoaked). Calculated values include S, e, Na, m 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. 1 Properties represent average values. Soil Sample Date: 10/12/2022 Loc: On site Desc: Lower -bound, full soil range Authorization By: Print Name: 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'I 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: 2.32 - 7.2 F F.1 '119 V ."' UUMIL ]PAR."I er SCALE: NTS od Road old wea&%e �I� ►l '� Elsr' Road � * ,}'� Wals,j-1L pNenuP -- �.�--• —'' ff iv Fdrfft y 5e'7@ - R ` c' Rea q? - A4emarr 120 �A' )RN E E R i N G €S T: 1972 PLATE A.1 VICINITY MAP WALSH RANCH PA5 SOUTHWEST OF THE WALSH RANCH COMMUNITY AND 1-20 FORT WORTH, TEXAS PROJECT NO: FILE NAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY 191 eg-Freewa F 1p df 22-26749 2226749. D W G CM DATE: 11-18-2022 DATE: DATE: SW DATE: 11-18-2022 P.' rl• R ENG)NE EERiNG EST- 1912 PLATE A.3 BORING LOCATION DIAGRAM WALSH RANCH PA5 SOUTHWEST OF THE WALSH RANCH COMMUNITY AND 1-20 FORT WORTH, TEXAS MLE NT§ PROJECT NO: 22-26749 FILE NAME: 2226749.DWG DRAWN BY: CM DATE: 11-18-2022 REVISED BY: DATE: REVISED BY: DATE: APPROVED BY: SW DATE: 11-18-2022 Log Project No. Walsh Ranch PA5 B-1 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72749' N While Drilling Not Observed 8-15-22 E s T Longitude At Completion Not Observed -97.58574' W End of Day Not Measured a N = tP Q T '� d �p IL N y C •£ J U •G> O w E Stratum Description -J z o f = o a o N0 £ N L .y > y N d = O Q E w ios Approximate Surface Elevation = 993.3 feet 3: O a m a rY d Q m LL-PL-PI c M 3 rn o C> co D V FAT CLAY (CH) - dark brown with trace sand and calcareous nodules 4.5+ 88 51-27-24 13 J - tan with sand and ferrous stains 17-23-15 3 N=38 / 5 �// N =13 13 12 987.3 / LEAN CLAY (CL) -tan and white, chalky with sand and trace gravel and ferrous stains 4.5+ 9 4.5+ 78 49-19-30 13 4.9 112 10 j n 4.5+ 12 15 977.3 FAT CLAY (CH) - tan and gray with gravel and trace '. sand and ferrous stains s s / 4.5+ ti4 54-17-37 14 L : 20 973.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.4 Log Project No. Walsh Ranch PA5 B-2 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72802' N While Drilling Not Observed 8-15-22 E 5 T Longitude At Completion Not Observed -97.58573' W End of Day Not Measured a N = tP a T t ~ '� O d �p Nam' IL N y V E� C Z •£ rJ V .� d y O C N a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s Approximate Surface Elevation = 1001.2 feet 3: O a a�ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D V J FAT CLAY (CH) - dark brown with trace sand and calcareous nodules // 4.5+ J/ J 14 4.5+ 89 64-25-39 15 9.5 111 J/ 5 - calcareous deposits 4.5+ 995.2 LEAN CLAY (CL) -tan and white, chalky with sand and trace gravel and ferrous stains 23-28-32 / N=60 12-28-40 / N=68 10 j 989.2 FAT CLAY (CH) -tan and gray with trace sand and 001, i ferrous stains 00, 00 15 C 4 n / 94 64-21-43 19 15 / : J i i gray limestone seam s > X"981.238-50/4" 16 20Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.5 Log B-3 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.72858' N While Drilling Longitude At Completion -97.58575' W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 8-15-22 Not Observed Not Measured d Q w � O T a a - Stratum Description 0 N E y w Approximate Surface Elevation = 1003.5 feet 1003L X FAT CLAY (CH) - dark brown with trace sand and calcareous nodules WEATHERED LIMESTONE - tan and white, chalky 5 998.5 LIMESTONE - tan and gray S 10 Z S Z T� 10 � S _ gray Z S 20 � 983.5 Boring Terminated at Approximately 20 Feet i 9GI NE E R i N G ., r C. CID y 0 a N O E NR J H 0 E O ci J y d N N O F tan a M W> a W a 'm LL-PL-PI 20-50/6" 44-50/2'/2' 50/2'/4" 50/1'/4' 50/1" 50/'/2' 50/11, 50/11, 50/1" 50/3/4' 50/'/2' 50/'/4' 0 3 5 6 7 9 14 12 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.6 Log B-4 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.72913' N While Drilling Longitude At Completion -97.58509' W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 8-15-22 Not Observed Not Measured d Q w a - Stratum Description 0 rn E a>i w Approximate Surface Elevation = 981.1 feet FAT CLAY (CH) - dark brown / X - tan, silty with trace sand and gravel and ferrous stains X J with gravel 5 / 973.1 LEAN CLAY (CL) -tan and gray, blocky with trace sand, / ferrous stains, and calcareous nodules 10 j 15 963.1 FAT CLAY (CH) -gray with trace sand and calcareous nodules 20 1961.1 Boring Terminated at Approximately 20 Feet i 9GI NE E R i N G EST , C. CID C m o a .0 '0 y o Q •- £ NR J H 0 E ci O J y d N N O F tan a 16 W > a W a 'm LL-PL-PI 23-11-9 N=20 9-7-8 N=15 11-7-10 N=17 19-27-31 N=58 o � Q N d s C � C — Q y o a 3 a o M fA a D U 4 5 III 16 4.5+ 90 48-20-28 9 5.9 107 4.5+ 15 4.5+ 11 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.7 Log Project No. Walsh Ranch PA5 B-5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE NE Fn Akm tl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.729680 N While Drilling Not Observed 8-16-22 E s T Longitude At Completion Not Observed -97.58442' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d N L y j N d V E w ios a d c 3 co Approximate Surface Elevation = 979.7 feet 3: O m a rY a m ILL-PL-PI M rn o D U FAT CLAY (CH) - dark brown with calcareous nodules 4.5+ 11 tan, silty with calcareous deposits and weathered J/ limestone seams 16-25-12 2 N=37 J / 6-8-10 12 5 �// N=18 973.7 LEAN CLAY (CL) -tan and gray, blocky with trace sand, / ferrous stains, and calcareous deposits 7-12-50/6" 14 tan with weathered limestone seams and trace gravel 10-37-50/3" 11 10 —� j L / / 966.7 OoOr FAT CLAY (CH) - gray, blocky n / 4.5+ 96 56-20-36 18 15 / : J i / i s s 4.5+ 15 L : 20— 959.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.8 Log Project No. Walsh Ranch PA5 B-6 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE NE Fn Akm tl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.73021 ° N While Drilling Not Observed 8-17-22 E s r Longitude At Completion Not Observed -97.58377' W End of Day Not Measured a N = Q d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d N L y j N d V E w ios a d c 3 co Approximate Surface Elevation = 985.4 feet 3: O m a rY a m LL-PL-PI M rn o D U LEAN CLAY (CL) - tan with sand and weathered limestone fragments 30-25-20 1 N=45 21-29-30 4 / -- N=59 2 25 8 5 / ferrous stains N= 4.5+ 4 chalky with calcareous deposits / 4.5+ 4 10— s tan with sand n / 4.5+ 82 49-18-31 14 i i i 1/ i A/, s / s / i 4.5+ 20 L : 20— �965.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.9 Log Project No. Walsh Ranch PA5 B-7 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730220 N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58312' W End of Day Not Measured a N d = P a T Q '� >.p 0 EO 0Z £ V OIL C ONQ am Stratum Description o r o== =O(D N£ ! d s a > Ew Approximate Surface Elevation = 981.1 feet 3: O m a�ia16i a rY �d a m LL-PL-PI 0 M 3 rn o a0 D U LEAN CLAY (CL) - dark brown with calcareous nodules 4.5+ 8 / tan with sand and weathered limestone fragments 6-8-8 N=16 5 /— chalky with calcareous deposits 12 5 N=13 13 / 4.5+ 10 / —/ 4.5+ 94 45-19-26 16 1.3 122 10— tan and gray, blocky n / 4.5+ 18 i 963.6 FAT CLAY (CH) - gray, blocky OOF weathered limestone seam 50/3" 17 20 �61.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.10 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-8 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 8-17-22 E 5 T Longitude At Completion Not Observed -97.58377' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N £ O N L .y > a+ — N d = C Q wf0s Approximate Surface Elevation = 983.3 feet 3: O a a�ia16i m a rY �d Q m LL-PL-PI c 3 M rn o C> E co D V SANDY LEAN CLAY (CL) - dark brown with calcareous nodules tan with weathered limestone fragments chalky with calcareous deposits and ferrous stains 5 977.3 FAT CLAY (CH) -tan, blocky with ferrous stains J 10—�/ gray streaks gray with layers 20— 963.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 12 4.5+ 68 41-22-19 4 4.4 108 4.5+ 8 4.5+ 10 4.5+ 10 4.5+ 20 4.5+ 12 Plate A.11 Log Project No. Walsh Ranch PA5 B-9 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72913' N While Drilling Not Observed 8-16-22 E s r Longitude At Completion Not Observed -97.58443' W End of Day Not Measured a N d y i N y = C t � a T t ~ '� O d �p Nam' IL N y V E� C Z •£ rJ V d .� y O C N a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N V wf0s Approximate Surface Elevation = 983.6 feet 3: O a a�ia16i m a rY �d a m LL-PL-PI c M d 3 rn o co D V FAT CLAY (CH) - brown with calcareous nodules and trace gravel 3.75 10 5 10 - tan with calcareous deposits and ferrous stains 4.5+ 97 63-25-38 14 - tan and gray, blocky with weathered limestone seams and ferrous stains 9-11-15 17 N=26 OF 15— 20—L 963.6 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 8-26-50/6" 7 12-15-17 15 N=32 4.5+ 17 4.5+ 24 Plate A.12 Log Project No. Walsh Ranch PA5 B-10 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE FnrtWnrth_TeY=s 9GE Latitude Water Level Observations (feet) �' Date ERING 32.728590 N While Drilling Not Observed 8-16-22 Longitude At Completion Not Observed -97.58506' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ d d O a E. N L •N j a+ Vl — —y = C Q C> E wf0s Approximate Surface Elevation = 993.7 feet 3: O m 4)ia16i a rY �d Q m LL-PL-PI c M 3 rn o co D V 000' FAT CLAY (CH) - dark brown with trace sand and 992.7 X calcareous nodules 5-11-9 3 N=20 WEATHERED LIMESTONE - tan and white 5 986.2 / FAT CLAY (CH) -tan and gray with ferrous stains and trace sand and gravel ;Orel chalky with calcareous deposits 10�/� 15�/ �/ 4 XX -gray, blocky 20� 973.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 15-50/3" 3 50/<'/d' 50/<'%" 2 3-13-16 17 N=29 4.5+ 82 59-26-33 20 4.5+ 12 Plate A.13 Log Project No. Walsh Ranch PA5 B-11 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.728020 N While Drilling Not Observed 8-16-22 E s T Longitude At Completion Not Observed -97.58508' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a a�ia16i �d c 3 co Approximate Surface Elevation = 987.8 feet 3: O m a rY a m ILL-PL-PI M rn o D U FAT CLAY (CH) - dark brown with trace gravel 4.5+ 6 tan, blocky with calcareous nodules J� 6-9-6 4 X N=15 J / 15 11 N= 5 �// 15 5-49 OF 19 / N= _ tan and gray with ferrous stains and calcareous deposits / 4.5+ 14 / Shelby tube refusal at weathered limestone seam 10— tan and gray with weathered limestone seams s / L - /1 f /1 > / 3.50 20 n / 15— s / i - /s 4.50 21 : 20—L 967.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.14 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-12 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FAPf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.727600 N While Drilling Not Observed 8-16-22 E s T Longitude At Completion Not Observed -97.58515' W End of Day Not Measured a N d = P a T Q '� >.p 0 EO 0Z £ V OIL C ONQ am Stratum Description o r o==£ =O(D N ! d s a > Ew Approximate Surface Elevation = 985.9 feet 3: O a�ia16i m a rY �d a m LL-PL-PI 0 M 3 rn o a0 D U FAT CLAY (CH) - dark brown with calcareous nodules and trace gravel 4.5+ 14 983.9 LEAN CLAY (CL) - tan, blocky with ferrous stains and calcareous deposits - sandy 5- - chalky 977.9 FAT CLAY (CH) - tan and gray, blocky with ferrous stains and calcareous deposits 10- or J 20— 1965.9 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 9 4.5+ 86 38-19-19 8 3.6 111 9-12-14 6 N=26 6-12-18 12 N=30 4.5+ 18 4.5+ 22 Plate A.15 Log B-13 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.72802' N While Drilling Longitude At Completion -97.58442' W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 8-16-22 Not Observed Not Measured d N Q w � >. d O a T 2 - Stratum Description z 0 N £ 47 N W O Q Approximate Surface Elevation = 974.9 feet 3: O FAT CLAY (CH) - dark brown with calcareous nodules 973.9 and trace gravel LEAN CLAY (CL) - tan, blocky with trace gravel j — tan and gray, blocky with ferrous stains and calcareous deposits 5 / trace gravel 10— j 15 956.9 SHALE - gray —;X 20 954.9 Boring Terminated at Approximately 20 Feet i 9GI NE E R i N G ., r C. IL y0 O s£ U E O C_j Z Co Q '— Q O N F a N y N 'm tan a W a LL-PL-PI 4.5+ 22-23-16 N=39 2-5-6 N=11 6-10-8 N=18 ftal-16'71IN-2 0 6 7 9 16 4.5+ 93 44-16-28 24 1.4 88 4.5+ 9 20 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.16 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-14 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728580 N While Drilling Not Observed 8-16-22 E s T Longitude At Completion Not Observed -97.58443' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 980.3 feet 3: O a U a�ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - dark brown with calcareous nodules 0 tan with calcareous deposits and trace gravel 4.5+ 7 J/ X 6 N12 =25 J 5 tan and gray, blocky with ferrous stains and calcareous 5-4-8 N=12 16 / deposits trace gravel 4.5+ 91 51-16-35 21 1.4 103 — 3.75 9 10— s / L - /1 f /1 4.5+ 15 15— s 0 3.50 15 i ��1961.3 Shelby tube refusal ' Boring Terminated at Approximately 19 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.17 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-15 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R ONG FArf WAPtl Tex Latitude � Water Level Observations (feet) Date E N G E 32.72912' N While Drilling Not Observed 8-17-22 E s T Longitude At Completion Not Observed -97.58379' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V to f0 s Approximate Surface Elevation = 974.4 feet 3: O a 4) a16i to a rY d a m LL-PL-PI d c 3 M rn o E a o D U LEAN CLAY (CL) - dark brown with calcareous nodules and trace gravel tan with trace sand and gravel 5 966.9 FAT CLAY (CH) - tan with sand and trace gravel 00, OJ J/ J/ 957.4 SHALE - gray 20 ix954.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers `rara.�ac:� 4.5+ 10 4.5+ 83 48-18-30 12 4.5+ 11 4.5+ 12 4.5+ 77 55-19-36 13 4.5+ 14 13 Plate A.18 Log Project No. Walsh Ranch PA5 B-16 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729700 N While Drilling Not Observed 8-17-22 E s T Longitude At Completion Not Observed -97.58313' W End of Day Not Measured a N = t� Q T '� d �p IL N y C •£ J U •G> O w E Stratum Description z o = o a o N £ d d io s E. 0 N L a •N j y Vl —y = O Q C> E w Approximate Surface Elevation = 966.4 feet 3: O 4) m a rY � d Q m LL-PL-PI c 3 M rn o c o D V �� FAT CLAY (CH) - dark brown with calcareous nodules and trace sand 964.4 LEAN CLAY (CL) - tan with trace sand - tan and gray, blocky 952.9 SHALE - gray 4.5+ 88 54-22-32 13 4.5+ 8 4.5+ 89 42-14-28 10 1.9 115 4.5+ 13 4.5+ 24 30-50/4" 12 s i i EEO 50/'/4' 16 : 20 946.4 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.19 Log Project No. Walsh Ranch PA5 B-17 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE E R i N G Latitude Water Level Observations (feet) Date 32.730220 N While Drilling Not Observed 8-18-22 E s T Longitude At Completion Not Observed -97.58247' W End of Day Not Measured = a N T '� d � IL N y C •£ V t � .O a O Q a E£ O ;� >.2 Stratum Description J z U o E'-' 0 t Z = o a J o = Q d ! d d f0s a N L y j N d V E w Approximate Surface Elevation = 965.8 feet 3: O m a�ia16i a rY �d a m ILL-PL-PI c M 3 rn o co D U FAT CLAY (CH) - dark brown with sand and gravel 1N=24 6 J / 24 963.8 LEAN CLAY (CL) /FAT CLAY (CH) -tan and gray with sand and gravel and ferrous stains / 4.5+ 70 50-17-33 14 1.2 108 5 120 37 N=37 12 18 16 N=304 30 15-208 N=3 12 10 jL � 953.8 ; SHALE - gray i i n 15 _ 50/6" 9 s — i i s i V945.8 8-26-50/1" 24 : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.20 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-18 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729670 N While Drilling Not Observed 8-18-22 E S T Longitude At Completion Not Observed -97.58249' W End of Day Not Measured a N d = P a T Q '� >.p y EO CZ £ J U OIL C ON a Stratum Description o r o==£ a o = Q N a wms Approximate Surface Elevation = 956.0 feet 3: O m a rY d a m LL-PL-PI O 3 M rn o co D U FAT CLAY (CH) - dark brown with sand and gravel 4.5+ 11 4.5+ 11 952.0 LEAN CLAY (CL) - tan with sand and trace gravel and f t ; 10 11 15 �errous s alns - N=26 73 38-16-22 8 5 � 40//-948.0 7-28-38 12 N=66 \ / WEATHERED LIMESTONE - tan with ferrous stains x 50/2" 11 10 s L 1 943.0 LIMESTONE - tan S � n 50/'/i' 50/'/d' 11 i i Z gray S i 50/<'/4' 936.0 50/<'/4' 9 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.21 Log Project No. Walsh Ranch PA5 B-19 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72913' N While Drilling Not Observed 8-17-22 E s r Longitude At Completion Not Observed -97.58314' W End of Day Not Measured a N = t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 959.4 feet 3: O a 4 m a rY d a m LL-PL-PI o M G7 3 rn o E c o D U FAT CLAY (CH) - dark brown with calcareous nodules and gravel 957.9 4.5+ 10 :1 LEAN CLAY (CL) - tan with trace sand and gravel and ferrous stains - calcareous deposits - ferrous stains 945.4 SHALE - gray 4.5+ 11 4.5+ 11 4.5+ 88 31-15-16 13 0.0 107 4.5+ 15 113 4,600 50/3" 15 s i i z > 50/'/4' 19 : 20 39.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.22 Log B-20 Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 O�NG FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date 32.728580 N While Drilling Not Observed 8-17-22 E s T Longitude At Completion Not Observed -97.58380' W End of Day Not Measured a N d y i N = y C t� Q T '� d �p IL N y C •£ V •G> J O w E Stratum Description z o = o a o N £ d d E. O N L a •N j a+ — Vl —y = C Q C> E wf0s Approximate Surface Elevation = 968.5 feet 3: O 4)ia16i m a rY �d Q m c 3 LL-PL-PI M rn o co D V �� FAT CLAY (CH) - dark brown with calcareous nodules and trace sand - tan with calcareous deposits and ferrous stains 962.5 GRAVELLY LEAN CLAY (CL) - tan and gray with ferrous stains 955.0 SHALE - gray 16 20 �48.5 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 92 57-24-33 10 4.5+ 8 4.5+ 12 4.5+ 23 4.5+ 63 46-17-29 13 25-50/6" 15 35-50/5" 13 Plate A.23 Log Project No. Walsh Ranch PA5 B-21 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728020 N While Drilling Not Observed 8-17-22 E 5 7 Longitude At Completion Not Observed -97.58379' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 961.4 feet 3: O a a�ia16i m a rY �d a m LL-PL-PI d c 3 M rn o E co D U FAT CLAY (CH) - dark brown with calcareous nodules and gravel 4.5+ 8 - tan with calcareous deposits, ferrous stains, and gravel 957.4 LEAN CLAY (CL) - tan and gray with calcareous / deposits and ferrous stains 5 j 10 - gray —% 15 If 1/ 943.4 SHALE - gray —;X 20 941.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 6 3.50 12 5 a rBZ ! i'z1=IX� [1IG3 4.5+ 10 8-26-36 22 N=62 f[:1Sc%11.--- M Plate A.24 Log Project No. Walsh Ranch PA5 B-22 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.72748' N While Drilling Not Observed 8-19-22 E s r Longitude At Completion Not Observed -97.58444' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a a�ia16i �d c 3 co Approximate Surface Elevation = 975.0 feet 3: O m a rY a m ILL-PL-PI M rn o D U FAT CLAY (CH) - dark brown with calcareous nodules and gravel J/ 4.5+ 11 Vtan with weathered limestone fragments 26-=3 N4343 J 5 / 8-10-11 N=21 11 / 9-10-24 9 N=34 967.0 LEAN CLAY (CL) / FAT CLAY (CH) - tan and gray with /gravel, trace sand and ferrous stains / 4.5+ 76 50-16-34 17 10 X j s L / 1 / f 1 1 n / 4.50 24 15 i i > 957.0 SHALE - gray ; > X"955.050/6" 88 43-16-27 14 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.25 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-23 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.726920 N While Drilling Not Observed 8-19-22 E S T Longitude At Completion Not Observed -97.58444' W End of Day Not Measured a N = a d y i N y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a a�ia16i �d c 3 co Approximate Surface Elevation = 993.6 feet 3: O m a rY a m LL-PL-PI M rn o D U FAT CLAY (CH) - tan with weathered limestone J/ fragments 11-21-35 3 / N=56 J/ 989.6 WEATHERED LIMESTONE - tan 50/1" 988.E 50/3 4 5 �/ FAT CLAY (CH) -tan and gray with ferrous stains / 5-31-27 22 / X N=58 10-14-16 98 78-28-50 26 X N=30 s L / 1 f 1 35-15-15 18 N=30 15—/r > / s / / 976.1 SHALE - gray i ; > 35-50/6" 15 : 20 73.6 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.26 Drilling Method: Continuous Flight Augers Log B-24 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.726930 N While Drilling Longitude At Completion -97.58381 ° W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 8-19-22 Not Observed Not Measured d Q w a z Stratum Description 0 rn E a>i w Approximate Surface Elevation = 986.5 feet FAT CLAY (CH) - dark brown with calcareous nodules tan with weathered limestone fragments and �/— calcareous deposits J 5 chalky / 980.5 / LEAN CLAY (CL) -tan and gray with ferrous stains and trace sand 10 j 15 / 970.5 FAT CLAY (CH) - tan and gray with ferrous stains 20 966.5 Boring Terminated at Approximately 20 Feet i 9GI NE E R i N G EST , N C. L N CID d w m o a y o £ NR J H 0 E ci O J y d N N O F tan a 16 W > a W a 'm LL-PL-PI 7-10-12 N=22 9-9-8 N=17 4.5+ o � Q N d s C � C — Q y p a 3 a o M N a DU 8 7 7 CKIA1MIYAW,MEI%IIti&�WW [II:] 4.5+ 13 4.5+ 21 4.5+ 99 67-25-42 26 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.27 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-25 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FAPf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726920 N While Drilling Not Observed 8-19-22 Longitude At Completion Not Observed -97.58314' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s Approximate Surface Elevation = 988.3 feet 3: O a 4)i m a rY Q m LL-PL-PI M rn o co D V FAT CLAY (CH) - dark brown with white chalky deposits w and trace gravel 3 WEATHERED LIMESTONE - tan 5 14-50/6" 4 50/2" 10 50/1" 980.3 FAT CLAY (CH) -tan and gray with ferrous stains and X trace sand/5 =21 / N1919 10J� J/ —�/ 4.50 91 55-18-37 16 10-15-21 17 N=36 20 / 968.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.28 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-26 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.727500 N While Drilling Not Observed 8-19-22 Longitude At Completion Not Observed -97.58309' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d �IL >.2 U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s a Approximate Surface Elevation = 976.9 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U FAT CLAY (CH) - dark brown with sand, calcareous nodules and trace gravel 4.5+ 80 59-23-36 8 J/ —�/ 4.5+ 5 J tan with weathered limestone seams and trace gravel 11-17-21 6 5 �// N=38 1 24 6 N=3 2 tan and gray with gravel seams and ferrous stains 16 / N 1 =11 /-X 10— 0 — s / L - / 1 blocky 4.5+ 92 52-17-35 16 15— s / > / 958.9 SHALE - gray X > 30-50/6" 12 20 vv v Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.29 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-27 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728570 N While Drilling Not Observed 8-17-22 Longitude At Completion Not Observed -97.58312' W End of Day Not Measured a N d y i N y = C t � Q T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E wio s Approximate Surface Elevation = 954.9 feet 3: O a 4 m a rY d a m LL-PL-PI o M 3 rn o c o D U FAT CLAY (CH) / LEAN CLAY (CL) - dark brown with gravel, calcareous nodules and trace sand - tan with gravel and ferrous stains 5 - tan and gray with gravel and ferrous stains 10 4.5+ 14 4.5+ 70 50-16-34 9 0.0 100 4.5+ 7 123 32,800 4.5+ 15 6-38-35 9 N=73 942.9 WEATHERED LIMESTONE - gray, blocky 50/2" 11 15 938.9 LIMESTONE - gray S Z 50/'/4' 8 20 � 934.9 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.30 Log Project No. Walsh Ranch PA5 B-28 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 8-19-22 Longitude At Completion Not Observed -97.58247' W End of Day Not Measured a N = t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w ms Approximate Surface Elevation = 947.4 feet 3: O a m 4 a rY �d a m LL-PL-PI o M G7 3 rn o E co D U FAT CLAY (CH) - dark brown with sand and trace gravel 4.5+ 13 J/ —�/ 4.5+ 73 57-17-40 11 J tan with weathered limestone fragments, sand, and gravel 26-14-8 6 5 N=22 / 12-13-30 10 N=43 939.4 LIMESTONE -tan 50/'/4' 8 50/'/d' 10 S s Z > S gray 5 0/<% 50<'/4' 8 s 1 i Z i s Z i i 927.4 50/<'/4' 50/<'/4' 9 : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.31 Log Project No. Walsh Ranch PA5 B-29 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729690 N While Drilling Not Observed 8-19-22 Longitude At Completion Not Observed -97.58182' W End of Day Not Measured a N = tP a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 945.7 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U LEAN CLAY (CL) - tan with sand and trace gravel 1 30 10 / —/x — N-3 18 22 25 N=47 73 41-18-23 8 5 —% 12=22 10 N j /11-26-50/5" 14 937.7 LIMESTONE -tan " 7 1 50/0/'/d' 10 S s Z > S _ gray 5 /<% 1� i Z i s Z i ; 925.7 50/'/4' 50/<'/4' 7 : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.32 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-30 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 8-26-22 Longitude At Completion Not Observed -97.58183' W End of Day Not Measured a N = t � Q T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 942.1 feet 3: O a 4 m a rY d a m LL-PL-PI o M G7 3 rn o E c o D U ��- FAT CLAY (CH) - tan with sand and trace gravel 5 934.1 LIMESTONE - tan 4.5+ 23 4.5+ 65 58-20-38 16 15-12-21 7 N=33 19-18-26 8 N=44 50/'/4" 6 50/'/d 10 S s Z gray > S n 50/'/d' 6 s 1 � i Z i s i i 50/'/4' 6 50/<'/4' : 20 922.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.33 Log Project No. Walsh Ranch PA5 B-31 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728570 N While Drilling Not Observed 8-26-22 E S T Longitude At Completion Not Observed -97.58183' W End of Day Not Measured a N = t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 956.1 feet 3: O a a�ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D U LEAN CLAY (CL) - tan with trace sand and gravel 4.5+ 25 4.5+ 75 43-14-29 8 5 � 4.5+ 9 4.5+ 83 47-14-33 10 1.4 111 4.5+ 10— 944.1 FAT CLAY (CH) -tan and gray with sand and trace j Z gravel 00 14 113 5,000 n / 4.5+ 76 67-21-46 23 15 / 939.1 LIMESTONE -gray i s s ; 50/'/2' 11 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.34 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-32 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R NE FnrtWnrth_TeY=s Latitude Water Level Observations (feet) �' Date E N G E E R I N G 32.728030 N While Drilling Not Observed 8-26-22 E S T Longitude At Completion Not Observed -97.58249' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N £ O N L .y > a+ — N d = C Q wf0s Approximate Surface Elevation = 969.9 feet 3: O a a�ia16i m a rY �d Q m LL-PL-PI c 3 M rn o C> E co D V FAT CLAY (CH) - dark brown J tan with trace sand and gravel JJ tan and gray, shaley with trace sand 10- 15— 952.9 LIMESTONE -gray with shale seams S 2C � 949.9 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 29 4.5+ 82 63-19-44 13 4.5+ 17 4.5+ 10 4.5+ 24 4.5+ 90 57-16-41 19 50/1" 13 50/'/2' Plate A.35 Log Project No. Walsh Ranch PA5 B-33 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.72747' N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58249' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 985.7 feet 3: O U a rY a m LL-PL-PI M rn o D U 00 J FAT CLAY (CH) - dark brown / X N=12 / 12 tan with weathered limestone fragments 9-14-50/4" X981.7 LIMESTONE -tan 5 -T- 50/1'/4' 50/'/d' S Z 50/'/4' 50/'/i' 10 S s Z 5 0 50<'/4/<% > 1 � ' i Z S 968.7 SHALE - gray 50/1'/4" 20 965.7 50/'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.36 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-34 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.726930 N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58246' W End of Day Not Measured a N = a d y C P a E£ Stratum Description J z o 0 t =o a y o = Q d ! d d V N L y j N d wf0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 1000.3 feet 3: O m a rY a m LL-PL-PI M rn o D V 00 J FAT CLAY (CH) - dark brown / V 6N=26 /\ 26 tan with weathered limestone fragments 11-12-18 996.3 LIMESTONE -tan N=30 5 � 50/3/4' 50/'/d' S Z 50/'%' 50/<''/a" 10 S s Z n 50/<'/4' s 1 G 50/<'/4' i Z > S i s i i 50/'/4' : 20 980.3 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.37 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-35 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.726380 N While Drilling Not Observed 8-19-22 Longitude At Completion Not Observed -97.58289' W End of Day Not Measured a N = a d y C P a E£ Stratum Description J z o 0 t =o a y o = Q d ! d d V N L y j N d wf0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 1003.2 feet 3: O m a rY a m LL-PL-PI M rn o D V LEAN CLAY (CL) - tan with weathered limestone fragments 10-11-34 3 N=45 1001.E WEATHERED LIMESTONE - tan 14-19-50/5" 9 999.2 LIMESTONE - tan 5 � 50/'/47 50/'/d' S Z 50/'/z' 50/'/4' 7 10 S s Z 50/'/d' 8 s 1 50/'/d' i Z > S _ gray Z i i 50/<'/4' 20 : 20 983.2 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.38 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-36 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726390 N While Drilling Not Observed 8-27-22 E S T Longitude At Completion Not Observed -97.58224' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V .W O a ;� Stratum Description z o r= __ o a y o = Q d ! N£ d d N L y j N d V wf0s Approximate Surface Elevation = 1008.3 feet 3: O a m a�ia16i a rY �d a m ILL-PL-PI c M 3 rn o co D V LEAN CLAY (CL) - tan with weathered limestone fragments / 4.5+ 16 112 5 N=26 26 / -sandy 5 15-16-20 1002.' N=36 74 32-11-21 6 WEATHERED LIMESTONE - tan 25-50/3" fXX 50/3" 6 10 LIMESTONE - tan S s n 50/3/d' 1 G 50/'/d' 7 i Z i > T _ gray : Z i ; 50/'/4' 50/<'/4' 8 : 20 988.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.39 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-37 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726930 N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58184' W End of Day Not Measured a N = t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 994.1 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U LEAN CLAY (CL) - tan with weathered limestone fragments and gravel / 1.50 j — /20-18-24 N=42 990.1 LIMESTONE - tan 5 T 50/'/2' 50/'/4' S Z 50/'/4' 50/'/d' 10 S s Z gray n 50//i' 50/'/d' i 1 � i Z > S i s Z i i 50/'/2' 974.1 50/'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.40 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-38 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72747' N While Drilling Not Observed 8-26-22 Longitude At Completion Not Observed -97.58183' W End of Day Not Measured a N = t � Q T Q '� O d � >.2 IL U N y E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w ms Approximate Surface Elevation = 978.9 feet 3: O a m 4 a rY �d a m LL-PL-PI o M G7 3 rn o E co D U LEAN CLAY (CL) - tan with weathered limestone fragments and gravel / 4.5+ 25 246 4 / N=35 35 5 4.5+ 7 -sandy with gravel j4.5+ 66 36-15-21 7 —% 16 10— s / J / 10-11-20 N=31 18 15J j� ; i > / 960.9 FAT CLAY (CH) - gray, shaley s s / 4.5+ 95 54-17-37 16 : 20 1958.9 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.41 Log Project No. Walsh Ranch PA5 B-39 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R NE FnrtWnrth_TeY=s Latitude Water Level Observations (feet) �' Date E N G E E R I N G 32.728020 N While Drilling Not Observed 8-26-22 E S T Longitude At Completion Not Observed -97.58183' W End of Day Not Measured a N = tP Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N £ O N L .y > a+ N — d = C Q wf0s Approximate Surface Elevation = 966.9 feet 3: O a m a�ia16i a rY �d Q m LL-PL-PI c M 3 rn o C> E co D V FAT CLAY (CH) - tan with trace sand and gravel 4.5+ 90 51-18-33 22 J/ —�/ 4.5+ 5 weathered limestone fragments 5 / 16-10-10 5 N=20 4.5+ 9 sandy with trace gravel —/ 4.00 73 58-17-41 17 0.9 106 10— s / L - /1 f /1 4.5+ 20 15— s 949.9 • LIMESTONE -gray i s s 50/'/d' 8 : 2C 946.9 50/'/2' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.42 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-40 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58119' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V •W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s a Approximate Surface Elevation = 985.6 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D V WEATHERED LIMESTONE - tan X 11-17-50/5" 9 50/21/2" 10 981.6 LIMESTONE - tan 50/'/2' 50/<'%" 8 5 Z S Z 50/'/i' 8 50P/d' 10 S Z 972.E FAT CLAY (CH) -tan with trace sand and gravel // 4.5+ 81 68-22-46 17 15J/ J/ J/ 967.E = SHALE - gray x18-50/3" 11 20 / "965.6 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.43 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-41 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726930 N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58120' W End of Day Not Measured a N = tP Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s a Approximate Surface Elevation = 999.0 feet 3: O m 4)i a W Q m LL-PL-PI M rn o co D V LIMESTONE - tan XWEATHERED 10-50/4" 997.0 LIMESTONE - tan S 50/'/i' 5 50/'/d' Z S Z 50/% 50/'/i" 10 S s Z tan and gray 50/1'/z' 50/'/z' > 1 � i Z i s Z i i 50/<'/4' 979.0 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.44 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-42 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726390 N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58161 ° W End of Day Not Measured a N d y i N y = C t� Q T L~ '� O d �p Nam' IL N y V E` C Z •£ U •G> O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N G7 V w io s Approximate Surface Elevation = 1006.9 feet 3: O a 4 m a rY � d a m LL-PL-PI c M 3 rn o c o D V LEAN CLAY (CL) - tan with sand, gravel, and weathered limestone fragments 5 002.E WEATHERED LIMESTONE - tan 998.9 LIMESTONE - tan 4.5+ 10 4.5+ 54 34-16-18 7 25-50/3" 3 50/3" 11 50/'/2 5 50/'/d' 10 S s Z > S n 1 G 50/'/d' 9 ' Z gray > S : Z i ; 986.9 50/'/2' 9 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.45 Log Project No. Walsh Ranch PA5 B-43 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.725850 N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58159' W End of Day Not Measured a N = a d y C P a E£ Stratum Description J z o 0 t =o a y o = Q d ! d d V N L y j N d w f0a 4)ia16i �d c s 1= 3 co Approximate Surface Elevation = 1009.3 feet 3: O m a rY a m LL-PL-PI M rn o D V PlY CLAYEY GRAVEL (GC) - tan with sand and weathered limestone fragments 5611 N=17 12-14-20 28 35-16-19 6 /IX1005.: N=34 LIMESTONE -tan 5 --7 50/1'/4' 50/'/2' S Z 50/'/4' 50/'/d' 10 S s Z 50/1" � 50/3/4' 1� i Z > S _ gray : Z i ; 50/'/2' : 20 989.3 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.46 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-44 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.725820 N While Drilling Not Observed 8-29-22 Longitude At Completion Not Observed -97.58094' W End of Day Not Measured a N = a d y C P w E Stratum Description -J z o f = o a J o N w f0O L C s y> E a 4)iQ co Approximate Surface Elevation = 998.8 feet 3: O m a rY a m LL-PL-PI M rn o D V CLAYEY SAND (SC) / SANDY LEAN C;AY (CL) - tan with weathered limestone fragments and gravel 4.5+ 50 42-24-18 16 996.8 CLAYEY GRAVEL (GC) - tan with sand and weathered :IX limestone fragments 15-50/3" 17 4 994.8 LIMESTONE -tan 50/'/i' 50/'/4' 7 5 Z S Z </4 9 50/0/<''/4' 10 S s Z n 50/'/d' 9 1 G 50/'/d' i Z > S i s i ; 50/'/4' 9 : 20 978.8 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.47 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-45 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.726390 N While Drilling Not Observed 8-29-22 Longitude At Completion Not Observed -97.58095' W End of Day Not Measured a N = a d y C P a E£ Stratum Description J z o 0 t =o a y o = Q d ! d d V N L y j N d rn W f0 s a 4) a16i d c 3 a o Approximate Surface Elevation = 1004.1 feet 3: O m a rY a m LL-PL-PI M rn o D V CLAYEY SAND (SC) - tan with weathered limestone fragments and gravel 4-6-16 N=22 1002.1 CLAYEY GRAVEL (GC) - tan with sand and weathered limestone fragments 16-20-50/2" ��—/11000.1 WEATHERED LIMESTONE - tan 50/'/4' 50/'/2' 5 50/1'/2" lot994.1 50/'/4' LIMESTONE - tan S Z S 50/'/i' 50/'/d' 1� Z S Z 50/<'/4' 20 984.1 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.48 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-46 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.726920 N While Drilling Not Observed 8-29-22 Longitude At Completion Not Observed -97.58054' W End of Day Not Measured a N = a d y tP Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 995.3 feet 3: O m a rY a m LL-PL-PI M rn o D U CLAYEY GRAVEL (GC) - tan with weathered limestone fragments, sand and ferrous stains 36 41-23-18 12 4N 2 10 =28 991.3 WEATHERED LIMESTONE - tan 50/1'/2" 50/2'/4" 8 5 986.3 LIMESTONE - tan 50/'/2" 50/'/a' 4 10 Z s SL 1 f 1 T 1 1 50/3/d' 50/'/d' 7 ; s T i i i s i 50/'/d' 12 : 20 975.3 50/'/2' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.49 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-47 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726920 N While Drilling Not Observed 10-11-22 Longitude At Completion Not Observed -97.57989' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N V wf0s Approximate Surface Elevation = 976.5 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o co D V WEATHERED LIMESTONE - tan 9-50/4'/2" 7 50/1'/d' 50/1' 7 '/d 5 50/4" 6 10— 50/3'/4" 963.5 FAT CLAY (CH) -tan with shell seams 4.5+ 97 64-22-42 21 15J/ J/ J/ 958.5 LIMESTONE -tan S 50/'/2' 21 50/'/d' = 956.5 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.50 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-48 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726380 N While Drilling Not Observed 10-11-22 Longitude At Completion Not Observed -97.58032' W End of Day Not Measured a N = t � a T Q '� O d � >.2 IL U N y E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w ms Approximate Surface Elevation = 991.9 feet 3: O a m 4 a rY �d a m LL-PL-PI o M G7 3 rn o E co D U LEAN CLAY (CL) - tan with sand, gravel, and weathered limestone fragments / 2.50 989.9 WEATHERED LIMESTONE - tan 50/2" IT 987.9 LIMESTONE - tan 50/'/4' 50/'/2' 5 Z S Z 50/'/d' 50/'/d' 10 S s Z n tan and gray 50/3/4' 1G 50/'/4' i Z > S i s i ; > gray 50/'/2' 971.9 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.51 Log Project No. Walsh Ranch PA5 B-49 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.725820 N While Drilling Not Observed 10-11-22 Longitude At Completion Not Observed -97.58025' W End of Day Not Measured a N = t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 985.5 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U CLAYEY GRAVEL (GC) - tan with weathered limestone fragments, sand and ferrous stains 4.5+ 20 5-11-50/3" 27 31-21-10 7 981.5 LIMESTONE -tan 50/1" 50/'/2' 6 5 50/: Z S Z </d' 6 50/0/<''/a" 10 S s Z 972.5 SANDY FAT CLAY (CH) -tan with weathered limestone seams n / 4.5+ 16 15 / J i 0 i / i s ' 966.5 LIMESTONE -gray 50//4' 10 : 20 965.5 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.52 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-50 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.725830 N While Drilling Not Observed 9-16-22 Longitude At Completion Not Observed -97.57965' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 973.4 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U CLAYEY GRAVEL (GC) - tan with weathered limestone fragments and sand � 4.5+ 18 971.4 WEATHERED LIMESTONE - tan 5 965.4 FAT CLAY (CH) -tan 10J/ J/ 15—�/ trace sand and gravel 20— 1953.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/11/4" 8 50/1" 3.50 98 76-24-52 24 3.7 97 4.5+ 25 4.5+ 86 51-15-36 16 Plate A.53 Log B-51 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.72545' N While Drilling Longitude At Completion -97.57921 ° W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 10-12-22 Not Observed Not Measured d Q w a z Stratum Description p rn E y w Approximate Surface Elevation = 966.6 feet SANDY FAT CLAY (CH) - tan with weathered limestone fragments and trace gravel 962.6 WEATHERED LIMESTONE - tan 5 961.6 LEAN CLAY (CL) - tan and gray with weathered limestone seams, ferrous stains, and trace sand and // gravel 10 j 953.E FAT CLAY (CH) -tan with sand and shell seams 15J/ J/ J/ 20— 946.6 Boring Terminated at Approximately 20 Feet i 9GI NE E R i N G N C. L N CID d w m o a y o E N R J H 0 E t 0m J y d N N O F tan a M W> a W a 'm LL-PL-PI o � Q N d s C � C — Q y p a 3 a o M N a DU 4.5+ 63 60-20-40 11 50/25' 4 50/26" 8-6-5 8 N=11 5-5-7 N=12 4.5+ 87 46-13-33 16 3.50 9 4.5+ 73 60-18-42 15 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.54 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-52 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.725820 N While Drilling Not Observed 10-12-22 Longitude At Completion Not Observed -97.57900' W End of Day Not Measured a N = t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 959.1 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M 3 rn o co D U FAT CLAY (CH) - tan with gravel and trace sand 5 - tan with weathered limestone seams 10 946.1 WEATHERED LIMESTONE - tan 1G 943.1 LIMESTONE -gray > S i s ; : 20 939.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 18 2.50 65 58-20-38 14 5.5 92 3.25 24 4.5+ 19 50/1" 12 50/1" 50/3/4' 10 50/'/2' Plate A.55 Log Project No. Walsh Ranch PA5 B-53 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726380 N While Drilling Not Observed 10-12-22 Longitude At Completion Not Observed -97.57962' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 972.2 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with gravel and trace sand 4.5+ 5 970.2 WEATHERED LIMESTONE - tan 964.2 LIMESTONE - tan 50/1" 50/3/d' 50/% 50/'/i" 10 S Z S 50/3/d' 50/3/d' 1� _ -gray Z S Z tan and gray 50/'/2' 50/'/d' 20 952.2 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.56 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-54 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726370 N While Drilling Not Observed 10-12-22 E S T Longitude At Completion Not Observed -97.57901 ° W End of Day Not Measured a N = t� Q T L~ '� O d �p Nam' IL N y V E` C Z •£ U •G> O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N V w ios Approximate Surface Elevation = 956.6 feet 3: O a m a rY d a m LL-PL-PI G7 c 3 M rn o co D V ��- FAT CLAY (CH) / LEAN CLAY (CH) - tan with sand 5 10 - sandy and gravely 943.6 LIMESTONE - gray 4.5+ 13 2.50 77 50-16-34 18 3.00 19 2.00 13 2.50 57 50-18-32 15 0.8 103 S � 50/1" 7 50/1" 15 � s s � i i i s i 50/1" 936.6 50/3/4' 7 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.57 Log Project No. Walsh Ranch PA5 B-55 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R ONG FArf WAPtl Tex Latitude � Water Level Observations (feet) Date E N G E 32.726920 N While Drilling Not Observed 9-16-22 E S 7 Longitude At Completion Not Observed -97.57924' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 959.2 feet 3: O a a�ia16i to a rY �d a m LL-PL-PI d c 3 M rn o E co D U LEAN CLAY (CL) - tan with trace sand 5 tan weathered limestone seams 951.2 LIMESTONE -gray 10 S Z S 1G Z S Z 20 � 939.2 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 17 4.5+ 89 49-16-33 10 6.6 119 4.5+ 10 4.5+ 12 50/11, 15 50/11, 50/1" 10 50/1" 50/3/4' 10 50/'/2' Plate A.58 Log Project No. Walsh Ranch PA5 B-56 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 8-29-22 Longitude At Completion Not Observed -97.58053' W End of Day Not Measured a N = tP a T Q '� O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V rn W f0 s Approximate Surface Elevation = 991.1 feet 3: O a m 4) a16i a rY d a m LL-PL-PI c M d 3 rn o E a o D U CLAYEY SAND (SC) - tan with gravel and ferrous stains 4-6-6 N=12 48 29-18-11 10 989.1 WEATHERED LIMESTONE - tan 987.1 LIMESTONE -tan 50/'/2' 50/'/4' 9 5 Z S Z 50/'/d 8 50/<'/d' 10 S s Z n 50/'/i' 1 G 50/<'/d, 7 s i Z > S i s Z i i > gray 50/3/4' 17 971.1 50/'/2' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.59 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-57 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE E R i N G Latitude Water Level Observations (feet) Date 32.728020 N While Drilling Not Observed 8-26-22 Longitude At Completion Not Observed -97.58119' W End of Day Not Measured = a N T '� d �IL N y C •£ V t � .O a O Q a E£ O ;� >.2 U Stratum Description J z o E'-' 0 t Z = o a J o = Q d ! d d f0s a N L y j N d V E w Approximate Surface Elevation = 974.4 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U LEAN CLAY (CL) - tan with trace sand 3.50 23 weathered limestone fragments and trace sand / 4.5+ 7 5 9-12-13 N=25 4 10-11-15 14 N=26 —% 4.5+ 85 39-13-26 11 10— L s n / 4.5+ 21 i i i s / ' 55.4 s CLAYEY GRAVEL (GC) - gray 54.4 19-50/4" 33 54-17-37 8 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.60 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-58 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE E R i N G Latitude Water Level Observations (feet) Date 32.728570 N While Drilling Not Observed 8-26-22 Longitude At Completion Not Observed -97.58120' W End of Day Not Measured = a N T '� d �IL N y C •£ U t � .O Q O Q a E£ O ;� >.2 U Stratum Description J z o E'-' 0 t Z = o a J o = Q d ! d d ms a N L y j N G7 V E w Approximate Surface Elevation = 965.3 feet 3: O m 4 a rY �d a m LL-PL-PI o M 3 rn o co D U LEAN CLAY (CL) - tan with gravel and trace sand / —/x 4-49 N - 24 %V 11-11-12 N=23 12 //—�\ 5 1 3 /P//x N=2424 67 46-17-29 11 /11-12-17 N=29 18 957.3 FAT CLAY (CH) - tan and gray with trace sand and gravel 4.5+ 20 10— s L 1 f 1 n / 4.5+ 86 57-21-36 17 15 / i / i / gray, shaley ; > 12-50/6" 16 : 20 / 45.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.61 Log B-59 Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 O�NG FArf WAPtl Tex 9GE Latitude , Water Level Observations (feet) Date 32.72913' N While Drilling Not Observed 8-26-22 E S r Longitude At Completion Not Observed -97.58120' W End of Day Not Measured a N d y i N = y C t � a T Q '� O d �IL >.2 U N y E'-' C Z •£ V .O J O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s a Approximate Surface Elevation = 949.4 feet 3: O m a�ia16i a rY �d a m c 3 LL-PL-PI M rn o co D U LEAN CLAY (CL) - tan with sand and trace gravel 5-4-6 N--10 20 8-9-10 N=19 13 5 15 N=15 20 13 22 N31 =31 —/ 4.00 77 45-12-33 15 10— s / i / / - n gray with sand and trace gravel, shaley 31N36-�37 72 40-12-28 10 15 i i > / 931.4 LIMESTONE - gray i ; 50/1'/d' 6 : 20 929.4 50/'/d' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.62 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-60 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730230 N While Drilling Not Observed 8-19-22 Longitude At Completion Not Observed -97.58182' W End of Day Not Measured a N d y i N y = C t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 955.4 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U LEAN CLAY (CL) - tan with sand, trace gravel, and ferrous stains 13-14-20 6 / N=34 /— 12-11-16 N=27 72 43-17-26 9 / 950.9 FAT CLAY (CH) - tan with trace sand and gravel 5 / 13-9-8 7 / N=17 J� / 11-220 23 N=6 1.50 81 53-18-35 21 10 s L /1 f /1 941.4 n � LIMESTONE -tan , 50/1 /4' 50/'/4' 10 1 G i Z i > T i Z i gray ; 50/1" 50/<'/4' 8 : 20 935.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.63 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-61 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FAPf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730770 N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58247' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 974.4 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U CLAYEY SAND (SC) / LEAN CLAY (CL) - dark brown tan, chalky with gravel 4.5+ 3 5- 965.9 FAT CLAY (CH) - tan and gray with trace sand and ferrous stains 10- OF J -04000 000 00000 gray 956.4 LIMESTONE -gray 20 =E* 954.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 6-5-10 N=15 50/<'W' 50/<'W' 4.5+ 5 4.5+ 50 50-18-32 5 0.0 104 4.5+ 9 25 4.5+ 91 54-16-38 14 m Plate A.64 Log Project No. Walsh Ranch PA5 B-62 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.730770 N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58314' W End of Day Not Measured a N = a d y i N y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o d a J o = Q ! d d V N L y j N d E w f0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 977.6 feet 3: O m a rY a m LL-PL-PI M rn o D U /, FAT CLAY (CH) - dark brown with calcareous nodules J/X 3-12-16 / 5 -tan with weathered limestone fragments N=28 � 7 N=22 9 J silty with calcareous nodules and ferrous stains 9 / 22 4.5+ 9 tan and gray with trace sand and gravel 4.5+ 90 51-14-37 16 — 4.5+ 10— s / L - /1 f /1 n / 4.5+ 15— s / / gray, silty with trace sand and gravel ' 13 14 45 12 9 /X N=59 88 52-15-37 14 20 957.6 Boring Terminated at Approximately 20 Feet 113 7,200 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.65 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-63 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FAPf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73132' N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58315' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 958.2 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U CLAYEY GRAVEL (GC) - dark brown 3-10-8 10 N=18 p{ tan with weathered limestone fragments - sandy with ferrous stains 950.2 LEAN CLAY (CL) - tan and gray with sand tan siltstone seam 10 j 15 gray 939.2 LIMESTONE - gray 20 � 938.2 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 5-8-20 7 N=28 4-5 36 42-13-29 6 2.1 115 4.5+ 11 15-27-50/4" 16 4.5+ 77 33-13-20 8 50/'/4' 16 50/<'/4' Plate A.66 Log Project No. Walsh Ranch PA5 B-64 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73133' N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58240' W End of Day Not Measured a N = t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 963.6 feet 3: O a 4 m a rY d a m LL-PL-PI o M G7 3 rn o E c o D U FAT CLAY (CH) - dark brown with calcareous nodules tan with ferrous stains and trace sand 4.5+ 8 E 0 958.6 - Shelby tube refusal WEATHERED LIMESTONE - tan 952.6 LIMESTONE - gray 4.5+ 92 59-17-42 11 2.9 103 4.5+ 4 17-50/4" 3 50/11, 7 : S ; i i 50/'/d6 50/<%" 1G � i s � i i Z > _T i s i 50/<'/4' 943.6 50/<'/4' 9 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.67 Log Project No. Walsh Ranch PA5 B-65 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73133' N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58234' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 963.6 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - dark brown with calcareous nodules 5 - tan, silty with ferrous stains and calcareous deposits - tan and gray with gravel and trace sand weathered limestone seam 10— reddish tan 950.E LIMESTONE -gray 16 S 946.6 SHALE - gray 20 EEO 943.E Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 3 4.5+ 10 4.5+ 9 17-40-27 12 N=67 50/'/d' 50/'/d' 11 50/2'/2" 15 50/1" Plate A.68 Log Project No. Walsh Ranch PA5 B-66 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.730780 N While Drilling Not Observed 8-18-22 E s T Longitude At Completion Not Observed -97.58186' W End of Day Not Measured a N = a d y C P a E£ Stratum Description J ! z d o 0 t =o a y o = Q d d V N L y j N d wf0s a a�ia16i �d c 3 co Approximate Surface Elevation = 965.3 feet 3: O m a rY a m LL-PL-PI M rn o D V /, FAT CLAY (CH) - tan and gray with trace sand and J/ X gravel 13-7-8 N=15 86 54-17-37 9 / ferrous stains and calcareous deposits / N=25 J — / 7-24-27 14 5 �// N=51 21-17-23 15 N=40 —/ 12-19-16 14 N=35 10— / 952.3 CLAYEY SAND (SC) - tan with ferrous stains n 3.50 47 49-14-35 10 15 s s 3.25 28 : 20_ 945.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.69 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-67 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73132' N While Drilling Not Observed 8-18-22 E s T Longitude At Completion Not Observed -97.58184' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d �IL >.2 U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s a Approximate Surface Elevation = 964.8 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U 0!� FAT CLAY (CH) - tan with ferrous stains XJ 5 3 6 / N=7 X 15-= 9 / J N45 45 — tan and gray, blocky 14-13-11 12 5 N=24 / 50/6" 19 X —/ 4.5+ 93 51-14-37 20 1.4 97 10— / i gray, shaley —X 18-27-42 12 > N=69 15—X0— s / / > 946.8 i SHALE - gray ; > X"944.850/2" 10 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.70 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-68 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73187' N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58184' W End of Day Not Measured a N d y i N y = C t � Q T Q '� O d �IL >.2 U N y E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E wio s a Approximate Surface Elevation = 949.2 feet 3: O m 4 a rY d a m LL-PL-PI o M 3 rn o c o D U 0!� FAT CLAY (CH) - tan with sand, gravel, and ferrous / X stains 7-8-11 N=19 62 55-15-40 6 J / 13-10-7 6 N=17 / E 0 943.2 GRAVELLY FAT CLAY (CH) - gray with sand 5-5-5 13 N=10 4-8-50/4" 55 63-18-45 13 - weathered limestone seams 5-27-50/2'/4" 20 937.2 LIMESTONE - gray S 57 < 50/<%" 1G Z S Z 50/'/2' 7 20 929.2 50/<'/d' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.71 Log Project No. Walsh Ranch PA5 B-69 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.73241 ° N While Drilling Not Observed 9-21-22 E s T Longitude At Completion Not Observed -97.58183' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 927.3 feet 3: O m a rY a m LL-PL-PI M rn o D U LEAN CLAY (CL) - dark brown 4.5+ 12 tan with sand and weathered limestone fragments / 4.5+ 72 49-16-33 10 4.5 119 5 � 4.5+ 15 4.5+ 17 Shelby tube refusal at weathered limestone seam / 33-25-33 5 N=58 10 / 17.3 WEATHERED LIMESTONE - tan 916.3 LIMESTONE - gray S Z 50/<%" 4 50/<%" 1G � S Z S 50/<'/4' 907.3 50/<'/4' 7 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.72 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-70 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.732970 N While Drilling Not Observed 9-21-22 E S T Longitude At Completion Not Observed -97.58118' W End of Day Not Measured a N = t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s Approximate Surface Elevation = 918.1 feet 3: O a a�ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D V SILTY GRAVEL (GM) - tan 5 910.1 LEAN CLAY (CL) - tan with sand and gravel 10 j 905.1 LIMESTONE - gray S � n 1G � s i i i s i ; : 20 898.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 21 4.5+ 16 4.5+ 9 56-19-37 2 6.7 108 4.5+ 13 118 12,800 4.5+ 61 30-15-15 9 50/'/i' 50/'/d' 6 50/'/4' 5 50/<'/4' Plate A.73 Log Project No. Walsh Ranch PA5 B-71 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73240' N While Drilling Not Observed 9-21-22 Longitude At Completion Not Observed -97.58119' W End of Day Not Measured a N = t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 930.6 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U LEAN CLAY (CL) - dark brown with weathered limestone fragments, sand and trace gravel / 4.5+ 67 46-18-28 13 tan 4.5+ Shelby tube refusal at weathered limestone seam 5 �// N=20 88 9 / N=18 sandy V 10-10 13 79 47-18-29 3 N=23 i 918.6 ' WEATHERED LIMESTONE - tan > 917.6 LIMESTONE - gray S � 50/3/d' 50/'/4' 7 1G � ; s i i i s i 50/<'/4' 910.6 50/<'/4' 5 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.74 Drilling Method: Continuous Flight Augers Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.74 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-72 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73187' N While Drilling Not Observed 8-18-22 Longitude At Completion Not Observed -97.58120' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d �IL >.2 U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s a Approximate Surface Elevation = 953.6 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U LEAN CLAY (CL) - dark brown 4.5+ 8 tan with ferrous stains 9 13 N=20 20 5 4.5+ 15 /X 19-50/6" 15 I/E sandy /� 35-2319 80 43-12-31 14 /\ N=42 941.E FAT CLAY (CH) -gray, shaley " 13-22-50/4" 96 60-21-39 18 937.6 LIMESTONE - gray > S : Z ; 50/3/4' 9 : 20 933.6 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.75 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-73 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73132' N While Drilling Not Observed 10-12-22 Longitude At Completion Not Observed -97.58119' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 963.6 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U LEAN CLAY (CL) - tan with sand and gravel 4.5+ 10 8- 14 21 N=35 70 46-29-17 8 tan and gray with weathered limestone fragments, 5 //` sand and gravel 31-50/6" 8 57.6 / FAT CLAY (CH) - tan and gray with trace gravel weathered limestone seam with shell fossils 50/6" 13 -trace gravel 3.50 93 86-18-68 10—�/ s000 000 L 1 f 4.5+ 17 15�/ s / s / ' 944.E LIMESTONE -gray 50/1 /d' 9 : 20 943.6 50/1" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.76 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-74 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730780 N While Drilling Not Observed 10-12-22 E s T Longitude At Completion Not Observed -97.58119' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 955.3 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with weathered limestone fragments and trace sand 4.5+ 12 5 - tan and gray with weathered limestone seams 10 OF / weathered limestone seam with shell fossils 15— 938.3 LIMESTONE -gray S 20 � 935.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 11-30-50/4" 35-46-30 N=76 4.5+ 5 4.5+ 86 71-23-48 13 4.5+ 22 50/11/4" 8 50/'/4' Plate A.77 Log Project No. Walsh Ranch PA5 B-75 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730230 N While Drilling Not Observed 8-19-22 Longitude At Completion Not Observed -97.58119' W End of Day Not Measured a N d y i N y = C t � a T '� Q O d �IL >.2 U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s a Approximate Surface Elevation = 944.8 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U /- FAT CLAY (CH) - tan with weathered limestone J/'� fragments and trace sand / X942.8 5-8-18 N=26 WEATHERED LIMESTONE - tan X 50/6" 5 939.8 LIMESTONE - tan 50/'/z' 50/<'/4' Z S 50/'%' 934.8 - drill rig broken down 50/<%" 10 Boring Terminated at Approximately 10 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.78 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-76 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730220 N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58054' W End of Day Not Measured a N d y i N y = C t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 935.1 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with weathered limestone fragments and trace sand 933.1 WEATHERED LIMESTONE - tan 33-50/2'/2" IT 931.1 LIMESTONE - tan 50/'/4' 50/'/2' 5 Z S Z 50/'%' 50/<''/4' 10 S s Z n 50/'/i' 50/'/d' 1 y ' Z gray > S Z i i 915.1 50/'/4' 50/'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.79 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-77 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730770 N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58055' W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 946.2 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 M 3 rn o co D U FAT CLAY (CH) - tan with weathered limestone fragments and trace sand 5 - tan and gray 941.2 WEATHERED LIMESTONE - tan 938.2 LIMESTONE - tan 7-6-6 N=12 50/% 10 50/'/i' S Z gray S 5 0 50<'/4/<% ' 1� Z S Z 50/'/4' 50/<'/4' 20 926.2 Boring Terminated at Approximately 20 Feet 4.5+ 4.5+ Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.80 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-78 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73130' N While Drilling Not Observed 8-27-22 Longitude At Completion Not Observed -97.58054' W End of Day Not Measured a N = tP Q T '� d �p IL N y C •£ V •G> O w E Stratum Description -J z o f =o a o N E O N 'a .y > a+ N — d = C Q wf0s Approximate Surface Elevation = 954.8 feet 3: O a 4)ia16i m a rY �d Q m LL-PL-PI o M 3 rn o C> E co D V CLAYEY GRAVEL (GC) - tan with trace sand 4.5+ 25 59-21-38 8 0 952.8 FAT CLAY (CH) - tan and gray with trace sand 941.8 WEATHERED LIMESTONE - tan 1 G 939.8 LIMESTONE - tan i s i ; : 20 934.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 15 4.5+ 93 64-19-45 11 5.2 103 4.5+ 13 4.5+ 25 50/1" 50/3/4' 12 50/'/2' 8 50/'/4' Plate A.81 Log Project No. Walsh Ranch PA5 B-79 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73188' N While Drilling Not Observed 10-12-22 Longitude At Completion Not Observed -97.58055' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 953.6 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with weathered limestone fragments and trace sand and gravel 4.5+ 6 5 945.6 WEATHERED LIMESTONE - tan 10 1 y 938.6 LIMESTONE - gray S Z S 20 � 933.E Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 86 70-15-55 11 3.7 105 4.5+ 8 14-11-19 15 N=30 50/6" 8 50/4" 11 50/3" 50/'/2' 9 50/'/4' Plate A.82 Log Project No. Walsh Ranch PA5 B-80 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73240' N While Drilling Not Observed 9-21-22 Longitude At Completion Not Observed -97.58054' W End of Day Not Measured a N = t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ O d d a E. N L •N j a+ Vl — —y = C Q C> E wf0s Approximate Surface Elevation = 936.0 feet 3: O m 4)ia16i a W �d Q m LL-PL-PI c M 3 rn o co D V XWEATHERED LIMESTONE - tan 50/2" 932.0 LIMESTONE -tan 50/<'/4' 50/<%" 5 Z S Z 50/<'/d' 50/<''/4' 10 S s Z gray n 50/<'/4' 1 G 50/<'/4' s i Z > S i s Z i i 50/'/4' 916.0 50/'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.83 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-81 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.732970 N While Drilling Not Observed 9-21-22 Longitude At Completion Not Observed -97.58054' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 915.4 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with weathered limestone fragments and trace sand and gravel 4.5+ 15 5 906.4 LIMESTONE - tan 10 Z S Z gray 15 � S Z S 20 � 895.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 87 54-22-32 14 5.2 106 4.5+ 5 38-18-22 7 N=40 50/'/4' 7 50/'/i' 50/'/4' 5 50/<%" 50/<'/4' 7 50/<'/4' Plate A.84 Log Project No. Walsh Ranch PA5 B-82 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.732960 N While Drilling Not Observed 9-21-22 E S T Longitude At Completion Not Observed -97.57991 ° W End of Day Not Measured a N = t � Q T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E w ios Approximate Surface Elevation = 912.3 feet 3: O a m a rY d a m LL-PL-PI O 3 M rn o co D U FAT CLAY (CH) - tan with weathered limestone fragments and trace sand 5 10 899.3 LIMESTONE - gray 4.5+ 20 4.5+ 13 4.5+ 88 51-17-34 13 0.2 99 4.5+ 14 4.5+ 89 52-17-35 18 S � n 50/'/i' 6 50/'/d' ; s � i i i s i 50/'/4' 892.3 7 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.85 Log Project No. Walsh Ranch PA5 B-83 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R ONG FArf WAPtl Tex Latitude � Water Level Observations (feet) Date E N G E 32.73241 ° N While Drilling Not Observed 9-21-22 E s T Longitude At Completion Not Observed -97.57992' W End of Day Not Measured a N = t� a T '� d �p IL N y C •£ V •W O a ;� Stratum Description z o r= =o a y o = Q d ! N£ d d f0 s a (D 'a N j Vl y V E rn W Approximate Surface Elevation = 935.2 feet 3: O m a�i a16i a W d a m LL-PL-PI c 3 M rn o a o D V S1931.2 GRAVEL - tan with weathered limestone fragments J� 4.5+ 3 37-18-19 3 S �i J 28-43-44 N=87 LIMESTONE - tan 5 -T- 50/'/4' 50/'/d' S _ gray Z 50/'%' 50/<''/4' 10 S s Z n 1 G 50/'/d' i Z > S i s Z i ; 50/'/2' 915.2 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.86 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-84 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73186' N While Drilling Not Observed 9-22-22 Longitude At Completion Not Observed -97.57990' W End of Day Not Measured ° N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 949.0 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U CLAYEY GRAVEL (GC) - tan with weathered limestone fragments and sand � 4.5+ 11 5 942.0 FAT CLAY (CH) - tan and red J/ 10—� 938.0 LIMESTONE -tan S Z 16 S = gray Z S 20 � 929.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 6 4.5+ 43 30-17-13 5 13-21-17 5 N=38 3.50 97 72-29-43 25 1.1 93 50/3/d' 50/'/d' 8 50/'/2' 7 50/'/4' Plate A.87 Log Project No. Walsh Ranch PA5 B-85 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R ONG FArf WAPtl � Tex E N G E Latitude Water Level Observations (feet) Date 32.73131 ° N While Drilling Not Observed 9-22-22 E s T Longitude At Completion Not Observed -97.57990' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description c 0 t = o a J o a d ! d d N L y j N d V E w f0s a a�ia16i �d c 3 co Approximate Surface Elevation = 946.4 feet 3: O m a rY a m LL-PL-PI M rn o D U CLAYEY GRAVEL (GC) - tan with sand 4.5+ 15 4.5+ 33 29-10-19 6 0.0 102 5 4.5+ 8 114 9,200 940.4 _ LEAN CLAY (CL) - tan with sand 36-50/2" 80 34-16-18 9 937.4 LIMESTONE -tan 50//2' 50/'/d' 6 10 Z s SL 1 f 1 T 1 1 50/3/d' 50/'/4' 7 1G � i i Z tan and gray S i 50/'/4' 6 : 20 926.4 50/'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.88 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-86 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730790 N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57991 ° W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 940.5 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 M 3 rn o co D U FAT CLAY (CH) - tan with sand and weathered limestone fragments 938.5 WEATHERED LIMESTONE - tan 5 10 1 y 925.5 LIMESTONE - gray S Z S 20 � 920.5 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 28-29-50/5" 50/'/4' 50//2' 50/1'/2" 50/'/i' 50/2" 50/'/4' 50/'/2' 50/'/4' 4.5+ 80 54-21-33 9 Plate A.89 Log Project No. Walsh Ranch PA5 B-87 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730790 N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57924' W End of Day Not Measured a N = tP Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s Approximate Surface Elevation = 929.0 feet 3: O a m 4)i a rY Q m LL-PL-PI M rn o co D V GRAVELLY CLAYEY SAND (SC) - tan with weathered limestone fragments 4.5+ 8 4.5+ 43 41-21-20 6 18-19-23 6 5 N=42 18-20-26 12 N=46 '" • 17-19-27 N=46 49 29-16-13 9 919.0 10 WEATHERED LIMESTONE - tan with clay layers s L 1 > 916.0 S � LIMESTONE - tan 50/'/d 9 50/<%" 1G � s i i i s i 50/<'/4' 909.0 50/<'/4' 6 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.90 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-88 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73132' N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J U •G> O w E Stratum Description -J z o f = o a o N0 £ N L .y > y N d = O Q rn W ios Approximate Surface Elevation = 936.6 feet 3: O a d m m a rY d Q m LL-PL-PI c M 3 rn o C> E a o D V CLAYEY SAND (SC) - tan with weathered limestone 5 fragments and gravel 6 WEATHERED LIMESTONE - tan with clay layers 6 LIMESTONE - tan 40-21-20 N=41 50/2'/2" 50/3/4' 50/'/4' 10 50//i' S Z S _ gray 5 0 50<'/4/<% ' 1� Z S Z 50/'/4' 50/<'/4' 20 916.E Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.91 Log Project No. Walsh Ranch PA5 B-89 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73186' N While Drilling Not Observed 10-13-22 Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N d y = C t� a T '� Q O d �p IL >.2 U N y E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m ! N£ and (D y� y w f0s a Approximate Surface Elevation = 940.5 feet 3: O m a4ia16i a rY ��' a m LL-PL-PI 0 M y 3 rn o coif co D U LEAN CLAY (CL) - tan with sand 4.5+ 86 47-21-26 7 / 938.5 WEATHERED LIMESTONE - tan X 16-50/3" 936.5 LIMESTONE - tan 50/'/d' 50/<%" 5 Z S Z ' 0/</ 10 S s Z 5 0 50<'/d/<% ' > 1 � i Z > S _ gray Z i i 920.5 50/1'/2" 50/'/2' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.92 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-90 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.73241 ° N While Drilling Not Observed 9-21-22 Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N = a d y C P w E Stratum Description -J z o f = o a J o N w f0O L C s y> E a 4)iQ co Approximate Surface Elevation = 928.2 feet 3: O m a rY a m LL-PL-PI M rn o D V SANDY CLAYEY GRAVEL (GC) - tan with weathered limestone fragments and ferrous stains 4.5+ 38 38-19-19 4 4.5+ 9 924.2 WEATHERED LIMESTONE - tan 5 X 50/2" 6 919.2 LIMESTONE - tan 50/3/4' 50/%" 10 10 Z gray s SL 1 f 1 T 1 1 50/<%" 6 50/<%" 1G � s T i i i s i 50/<'/4' 908.2 50/<'/4' 7 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.93 Drilling Method: Continuous Flight Augers Log B-91 Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 O�NG Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date 32.732970 N While Drilling Not Observed 9-21-22 E s T Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N d N i N = d w C t� •G> Q C T t~ O d �p N�' IL N y U E` C Z •£ U O w E Stratum Description -J z o f =o a o N0 E N 'a .y > y N d = O Q rn w ios Approximate Surface Elevation = 910.6 feet 3: O a d m m a rY d Q m G 3 LL-PL-PI M rn o C> E a o D V i/ice SANDY LEAN CLAY (CL) - tan with weathered 0 limestone fragments 900.6 WEATHERED LIMESTONE - tan 898.1 LIMESTONE - tan 4.5+ 18 4.5+ 65 37-16-21 9 0.1 98 4.5+ 8 4.5+ 9 4.5+ 6 i = S 50/'/2 9 _ 50/<%" 15—=— s s = s s ; =i 50/<'/4' 6 T 890.6 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.94 Log Project No. Walsh Ranch PA5 B-92 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73241 ° N While Drilling Not Observed 10-10-22 Longitude At Completion Not Observed -97.57862' W End of Day Not Measured a N c t� a T '� d �p IL N y C •£ V •W O a ;� Stratum Description z o r= =o a y o = Q d ! N£ d d a (D 'a N j Vl y V wf0s Approximate Surface Elevation = 920.3 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D V SANDY LEAN CLAY (CL) - tan with weathered 919.3 limestone fragments 4.5+ WEATHERED LIMESTONE - tan with clay seams IX 50/1" 916.3 LIMESTONE - tan 50/1" 50/'/4' 5 Z S Z 50/% 50/'/i" 10 S s Z gray 50/'/4' 50/'/d' s 1 � i Z > S i s i i 50/'/4' 50/'/4' : 20 900.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.95 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-93 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73186' N While Drilling Not Observed 10-7-22 Longitude At Completion Not Observed -97.57861 ° W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q w f0s Approximate Surface Elevation = 926.5 feet 3: O a 4)i m a rY Q m LL-PL-PI M rn o E co D V SANDY LEAN CLAY (CL) - tan with weathered 925.5 limestone fragments 4.5+ WEATHERED LIMESTONE - tan with clay seams 5 918.5 LIMESTONE - gray with shell seams 20-50/2" 50/'%' 10 S Z S 1G 50/'/d' 50 /'/d' Z S Z 50/'/2' 50/'/d' 20 906.5 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.96 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-94 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73132' N While Drilling Not Observed 10-7-22 E S T Longitude At Completion Not Observed -97.57861 ° W End of Day Not Measured a N d N i N d w = C . t� Q C T G d �p > .+ IL U N y E '-' C Z •£ U � O w E" Stratum Description -J z o f = o N E > 0 N 'a .y > .+ N d = Q O rn w ms Approximate Surface Elevation = 923.6 feet 3: O a m a rY d Q m LL-PL-PI G M 3 rn o C> E co D U LEAN CLAY (CL) - tan with sand and trace gravel 8-6-4 17 —W N=10 915.6 SANDY FAT CLAY (CH) - tan with trace gravel 910.6 WEATHERED LIMESTONE - tan 908.6 LIMESTONE - tan i 4.5+ 73 39-21-18 13 4.5+ 11 4.5+ 17 4.5+ 75 57-18-39 14 0.0 107 50/1'/4' 9 50/'/z' _ gray i i 50/'/2' 9 : 20 903.6 50/'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.97 Log B-95 Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 O�NG FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date 32.730780 N While Drilling Not Observed 10-7-22 E S T Longitude At Completion Not Observed -97.57858' W End of Day Not Measured a N d y i N = y C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ V .O J O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 915.6 feet 3: O a a�ia16i m a rY �d a m d c 3 LL-PL-PI M rn o E co D U FAT CLAY (CH) - tan with sand and trace gravel 4.5+ 16 4.5+ 73 55-19-36 11 3.5 100 911.6 SANDY LEAN CLAY (CL) - tan with weathered limestone fragments and trace gravel 17-20-25 10 5 N=45 4.5+ 22 � 4.5+ 8 L f 1 n — 4.5+ 65 28-12-16 14 15— s 898.E LIMESTONE -gray i s i 50/'/4' 10 : 20 895.6 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.98 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-96 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73131 ° N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57794' W End of Day Not Measured a N d y = C tP a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 913.3 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with sand and trace gravel 4.5+ 911.3 WEATHERED LIMESTONE - tan 909.3 LIMESTONE - tan 5 � 50/3/4' 50/'/d' S Z 50/% 50/'/i" 10 S s Z n 1 G 50/'/d' i Z > S i s i ; 50/'/4' 893.3 50/'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.99 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-97 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73187' N While Drilling Not Observed 10-6-22 E s T Longitude At Completion Not Observed -97.57795' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w ios Approximate Surface Elevation = 914.1 feet 3: O a m a rY d a m LL-PL-PI G7 O 3 M rn o E co D U ��- FAT CLAY (CH) - tan with sand and trace gravel 4.5+ 9 912.1 LEAN CLAY (CL) - tan with sand, gravel, and weathered limestone seams 4.5+ 9 4.5+ 12 4.5+ 22 4.5+ 60 47-16-31 15 0.0 113 902.1 LIMESTONE - gray S 16 50/'/2' 50/'/i' 8 Z S Z � 50/'/2' 9 50/'/2' 894.1 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.100 Log B-98 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.73241' N While Drilling Longitude At Completion -97.57796' W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 10-6-22 Not Observed Not Measured d Q w a z Stratum Description 0 rn E a>i w Approximate Surface Elevation = 906.3 feet FAT CLAY (CH) - tan with sand and trace gravel J J J 5 weathered limestone seam / 900.3 898.3 SANDY LEAN CLAY (CL) -tan with weathered limestone seams 10� 15 886.3 20� Boring Terminated at Approximately 20 Feet 9GI O�NG EST' N C. L N CID d w m o a y o £ NR J H 0 E ci O J y d N N O F tan a M W> a W a 'm LL-PL-PI 50/'/d' 50/'/d' 4.5+ o � Q N d s C � C — Q y p a 3 a o M N a DU 3.00 66 31-15-16 14 3.00 3.00 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.101 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-99 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73242' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57731 ° W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s Approximate Surface Elevation = 902.5 feet 3: O a 4)i m a rY Q m LL-PL-PI M rn o co D V T FILL / LEAN CLAY (CL) - tan with broken limestone, sand, and gravel 19-24-36 N=60 887.5 FAT CLAY (CH) - dark brown - tan with trace sand 882.5 Boring Terminated at Approximately 20 Feet 3.00 56 34-14-20 10 0.50 4.5+ 3.50 4.5+ 4.5+ 93 65-19-46 22 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.102 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-100 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73187' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57731 ° W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 907.5 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FILL / SANDY LEAN CLAY (CL) - tan with gravel and broken limestone 4.5+ E 0 897.5 FAT CLAY (CH) - tan with sand 50/21/4" 50/2" 1.50 J/ J/ —�/ 3.00 — 4.5+ 76 58-28-30 23 20— 887.5 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.103 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-101 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73132' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57734' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ d d E. O N L •N j a+ Vl — —y = C Q wf0s Approximate Surface Elevation = 906.8 feet 3: O a 4)ia16i m a rY �d Q m LL-PL-PI c M 3 rn o C> E co D V FILL / LEAN CLAY (CL) - tan with sand and gravel and broken limestone 50/1 %" 50/1'/z' T ! 898.8 FAT CLAY (CH) -dark brown with trace sand 1 O—Z tan 20� 886.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 3.00 63 36-13-23 7 3.00 3.00 87 58-16-42 20 4.00 Plate A.104 Log Project No. Walsh Ranch PA5 B-102 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73132' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57666' W End of Day Not Measured a N d y i N y c C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 902.0 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M 3 rn o co D U FILL / LEAN CLAY (CL) - tan and gray with broken limestone, sand and trace gravel 5 10- Tel, 889.0 OOOF FAT CLAY (CH) -dark brown 15J/ J/ J/ 20— ' 882.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 6 4.5+ 12 3.50 65 34-13-21 7 4.5+ 14 4.5+ 13 4.5+ 24 4.5+ 96 60-22-38 23 Plate A.105 Log Project No. Walsh Ranch PA5 B-103 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73187' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57665' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 904.7 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M 3 rn o co D U FILL / LEAN CLAY (CL) - tan and gray with sand, broken limestone, and trace gravel 5 10- 891.7 FAT CLAY (CH) - tan and dark brown with trace sand 6-5-4 N=9 2.00 4.5+ 4.5+ 3.50 84 50-18-32 19 0.0 110 4.5+ 15J/ J/ J/ 4.5+ 87 52-18-34 23 20— 884.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.106 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-104 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73242' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57665' W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 901.0 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 M 3 rn o co D U FILL / LEAN CLAY (CL) - tan and gray with sand, broken limestone, and trace gravel 5 10- 15- 885.0 FAT CLAY (CH) - dark brown and gray with trace sand 14-14-12 N=26 50/2" 4.5+ 4.5+ 4.5+ A/881.0 4.5+ 90 72-24-48 29 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.107 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-105 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73243' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57601 ° W End of Day Not Measured a N d y i N y = C t � Q T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 900.9 feet 3: O a 4 m a rY d a m LL-PL-PI o M G7 3 rn o E c o D U T FILL / LEAN CLAY (CL) - tan and gray with sand, broken limestone, and trace gravel 15- - limestone pieces > 5 inches 880.9 Boring Terminated at Approximately 20 Feet 23-18-30 N=48 4.5+ 3.00 4.00 62 49-14-35 14 4.5+ 4.5+ 75 48-16-32 18 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.108 Log Project No. Walsh Ranch PA5 B-106 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73187' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57601 ° W End of Day Not Measured a N d y i N y = C t� Q T�p L~ O Nam' IL N y V E` C Z •£ U •G> O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N G7 V w io s Approximate Surface Elevation = 903.0 feet 3: O a 4 m a rY � d a m LL-PL-PI c M 3 rn o c o D V T FILL / GRAVELLY CLAYEY SAND (SC) - gray, tan, and brown with limestone pieces >5 inches 14-20-11 N=31 FILL / LEAN CLAY (CL) - dark brown with sand and limestone pieces >5 inches 883.0 Boring Terminated at Approximately 20 Feet 4.5+ 4.5+ C!!.'�ll�cB�iClSiF!1�] 4.00 4.5+ 4.5+ 88 45-16-29 14 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.109 Log Project No. Walsh Ranch PA5 B-107 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73131 ° N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57603' W End of Day Not Measured a N d y i N y = C t� a CL'� L~ O d �p Nam' IL V N y E` C Z •£ U •G> O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N V w ms Approximate Surface Elevation = 900.7 feet 3: O a m 4 a rY �d a m LL-PL-PI c M G7 3 rn o co D V T: FILL / SANDY LEAN CLAY (CL) - gray ^� 4.5+ 17-19-21 N=40 53 33-14-19 7 V n� 896.7 LEAN CLAY (CL) - dark brown with sand and trace gravel and calcareous nodules 5 j 4.5+ j 4.5+ j j3.50 68 45-16-29 15 10 j j _j — j 3.50 15— j O1Z880.7 4.00 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.110 Log Project No. Walsh Ranch PA5 B-108 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 8-29-22 E s T Longitude At Completion Not Observed -97.58055' W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 960.7 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 M 3 rn o co D U CLAYEY GRAVEL (GC) - dark brown and tan 3.25 40 63-23-40 14 956.7 / LEAN CLAY (CL) - tan with sand, trace gravel, ferrous 5 j stains, and calcareous deposits 4.5+ 10 j 4.5+ 76 40-14-26 11 2.2 118 4.5+ 25 10 tan and gray, shaley with trace sand and weathered limestone seams —/ LEAN CLAY (CL) / FAT CLAY (CH) 4.5+ 87 50-15-35 13 15— j ; i i s / s / 4.5+ 28 : 20-/ 940.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.111 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-109 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728580 N While Drilling Not Observed 10-13-22 Longitude At Completion Not Observed -97.58054' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 976.1 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U 0!� FAT CLAY (CH) - dark brown with weathered limestone X seams 13-14-15 5 / N=29 91736 /� N=53 95 74-24-50 17 A N=53 tan / 15-18-19 15 5 �// N=37 weathered limestone seam 30-50/6" 13 10-21-17 12 N=38 10— / —000r, s / L - / 1 calcareous nodules and ferrous stains 4.5+ 95 53-15-38 17 15— X s / i -/s 4.5+ 15 : 20—L 956.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.112 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-110 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728030 N While Drilling Not Observed 10-13-22 Longitude At Completion Not Observed -97.58054' W End of Day Not Measured a N = t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ O d d a E. N L •N j a+ Vl — —y = C Q C> E wf0s Approximate Surface Elevation = 983.0 feet 3: O m 4)ia16i a rY �d Q m LL-PL-PI c M 3 rn o co D V FAT CLAY (CH) - dark brown with sand and gravel and trace calcareous deposits 4.5+ 55 55-22-33 9 - weathered limestone seam 35-50/2" 979.0 CLAYEY SAND (SC) - tan with gravel 50/1 %" 50/1" 4 5 10 9 10 N=19 34 41-19-22 6 r 20-341 21 N=7 10j A 1.50 19 ^✓y// 1 970.0 FAT CLAY (CH) -tan n / 4.00 98 67-23-44 23 15 / J i / i s i 964.0 WEATHERED LIMESTONE - tan 50/1" 8 : 20 963.0 50/3/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.113 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-111 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 9-28-22 E S T Longitude At Completion Not Observed -97.57989' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 975.6 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI d c 3 M rn o E co D U ��- FAT CLAY (CH) - dark brown with sand and gravel - tan with trace sand and gravel and calcareous nodules 967.6 CLAYEY SAND (SC) - tan with weathered limestone fragments and gravel 957.6 FAT CLAY (CH) - gray 955.6 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 17 4.5+ 15 4.5+ 85 69-22-47 15 6.6 112 4.5+ 13 4.5+ 31 35-17-18 10 4.5+ 21 4.5+ 17 Plate A.114 Log Project No. Walsh Ranch PA5 B-112 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728030 N While Drilling Not Observed 9-23-22 Longitude At Completion Not Observed -97.57990' W End of Day Not Measured a N = t � a T '� Q O d �IL >.2 U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s a Approximate Surface Elevation = 967.8 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U 000, FAT CLAY (CH) - dark brown with sand and gravel 4.5+ 6 965.8 CLAYEY GRAVEL (GC) - tan with weathered limestone fragments and sand 1 1 N=38 38 46 34-20-14 7 963.8 WEATHERED LIMESTONE - tan 50/1 %:: 5 961.8 50/11/2 FAT CLAY (CH) - tan with weathered limestone seams and trace sand and gravel 4.5+ 14 J/ 7-13-18 N=31 17 10��\ s L 1 f 1 > 4.00 93 55-21-34 19 1.4 104 n / s / s / s 4.5+ 19 : 20- 1947.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.115 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-113 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728580 N While Drilling Not Observed 9-23-22 E s T Longitude At Completion Not Observed -97.57991 ° W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 967.1 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 3 M rn o co D U ��- FAT CLAY (CH) - dark brown with sand and gravel 965.1 LEAN CLAY (CL) - tan with weathered limestone seams and trace sand 949.1 FAT CLAY (CH) - gray, shaley 947.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 4 4.5+ 11 4.5+ 90 46-16-30 10 4.4 106 4.5+ 5 4.5+ 24 4.5+ 12 4.5+ 12 Plate A.116 Log Project No. Walsh Ranch PA5 B-114 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 9-23-22 E s T Longitude At Completion Not Observed -97.57991 ° W End of Day Not Measured a N d y i N y = C t � Q T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E wio s Approximate Surface Elevation = 959.9 feet 3: O a 4 m a rY d a m LL-PL-PI o 3 M rn o c o D U FAT CLAY (CH) - dark brown with trace sand and gravel 4.5+ 90 56-21-35 11 5 10 15 - tan with weathered limestone seams - reddish tan with weathered limestone seams - gray, shaley 941.9 SHALE - gray 4.5+ 9 10-9-15 11 N=24 4.5+ 14 4.5+ 15 50/'/4' 13 : 20 939.9 50/'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.117 Log Project No. Walsh Ranch PA5 B-115 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 9-22-22 Longitude At Completion Not Observed -97.57990' W End of Day Not Measured a N d N i N d w = C t� •G> Q C T d �p IL N y C •£ J U O w E Stratum Description -J z o f = o a o N 0 L y> Q O w io s Approximate Surface Elevation = 939.0 feet 3: O a 4 m a rY Q m LL-PL-PI M rn o E c o D V CLAYEY GRAVEL (GC) - dark brown and tan 0 933.0 FAT CLAY (CH) - tan with weathered limestone seams 927.0 LIMESTONE - gray 4.5+ 15 4.5+ 35 52-16-36 5 4.5+ 6 4.5+ 8 4.5+ 93 63-22-41 25 0.8 108 > S i i n 50/'/d' 7 s 1 � i Z i i s i i 50/<'/4' 7 50/<'/4' : 20 919.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.118 Log Project No. Walsh Ranch PA5 B-116 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729670 N While Drilling Not Observed 9-23-22 Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N = t� a T '� d �p IL N y C •£ V •W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V 1= w s f0a Approximate Surface Elevation = 935.7 feet 3: O m 4)ia16i a W �d a m LL-PL-PI c M 3 rn o co D V WEATHERED LIMESTONE - tan 20-20-50/4" 5 930.7 LIMESTONE tan 50/'/4' 50/'/d' Z S gray 50/'/4' 10 50/<''/4' Z s SL 1 T f y 1 1 1 50/'/d' 50/<%" s i i i s i 50/<'/4' 915.7 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.119 Drilling Method: Continuous Flight Augers Log B-117 Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 O�NG Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date 32.72912' N While Drilling Not Observed 9-23-22 E S T Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N d y i N = y C t � Q T Q '� O d � >.2 IL N y U E'-' C Z •£ U .O J O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 945.9 feet 3: O a 4 m a rY d a m G7 o 3 LL-PL-PI M rn o E c o D U ��- FAT CLAY (CH) - dark brown with trace sand and gravel 4.5+ 17 943.9 WEATHERED LIMESTONE - tan 50/3" 3 941.9 GRAVELLY LEAN CLAY (CL) - tan with weathered limestone fragments 4.5+ 58 47-22-25 8 6.8 105 4.5+ 22 4.5+ 17 933.9 LIMESTONE - gray - 1G 50/'/4' 10 50/'/d' Z S Z � 50/'/4' 10 50/<'/4' 925.9 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.120 Log Project No. Walsh Ranch PA5 B-118 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728590 N While Drilling Not Observed 9-23-22 E S T Longitude At Completion Not Observed -97.57926' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 949.5 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI d c 3 M rn o E co D U ��- FAT CLAY (CH) - dark brown with trace sand and gravel 4.5+ 17 947.5 LEAN CLAY (CL) - tan with weathered limestone seams and trace sand 4.5+ 17 12-14-16 8 N=30 12 936.5 LIMESTONE - gray 50/'/d' 50/'/d' $ 1G � S Z S 20 929.5 50/<'/d' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.121 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-119 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE FnrtWnrth_TeY=s 9GE Latitude Water Level Observations (feet) �' Date ERING 32.72801 ° N While Drilling Not Observed 9-23-22 Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 952.0 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 M 3 rn o co D U FAT CLAY (CH) - dark brown with trace sand and gravel z/- tan with weathered limestone fragments and ferrous / stains J J tan and gray with ferrous stains 10— blocky with sand seams 15— 935.0 LIMESTONE - gray 934.0 Boring Terminated at Approximately 18 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/'/d' 50/<%" 4.5+ 87 69-27-42 16 4.5+ 9 4.5+ 15 4.5+ 8 4.00 95 67-22-45 24 3.2 90 4.5+ 23 10 Plate A.122 Log Project No. Walsh Ranch PA5 B-120 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 9-26-22 Longitude At Completion Not Observed -97.57925' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 957.8 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - dark brown with trace sand and gravel - tan with weathered limestone fragments 4.5+ 12 953.8 CLAYEY SAND (SC) - tan with weathered limestone fragments, gravel and ferrous stains 945.8 WEATHERED LIMESTONE - tan 1 y'� 942.8 LIMESTONE - tan S Z S gray 20 � 937.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 5 4.5+ 44 31-19-12 7 0.0 105 4.5+ 6 4.5+ 7 50/1'/z' 50/3/4' 13 50/'/2' 7 50/'/4' Plate A.123 Log Project No. Walsh Ranch PA5 B-121 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726930 N While Drilling Not Observed 9-26-22 E s T Longitude At Completion Not Observed -97.57861 ° W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 945.9 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D U �� FAT CLAY (CH) - dark brown with trace sand, gravel, and ferrous stains 5 10 - tan with calcareous deposits 933.9 WEATHERED LIMESTONE - tan 1 y'� 930.9 LIMESTONE - tan S Z S 20 � 925.9 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/1'/z' 50/3/4' 50/1" 50/'/4' 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ Plate A.124 Log Project No. Walsh Ranch PA5 B-122 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 9-26-22 Longitude At Completion Not Observed -97.57861 ° W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s Approximate Surface Elevation = 938.7 feet 3: O a 4)i m a rY Q m LL-PL-PI M rn o co D V �� FAT CLAY (CH) - dark brown with trace sand and calcareous nodules 936.7 CLAYEY GRAVEL (GC) - tan with weathered limestone fragments, sand, calcareous deposits, and ferrous stains 927.7 LIMESTONE -tan and white S Z T _ gray, chalky S Z S 20 � 918.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 89 62-20-42 16 4.5+ 13 4.5+ 41 34-16-18 4 100 4.5+ 27 4.5+ 12 50/'/d' 50/<'%" 7 50/'/4' 7 50/<'/4' Plate A.125 Log Project No. Walsh Ranch PA5 B-123 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728020 N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57862' W End of Day Not Measured a N c t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 935.7 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - dark brown with weathered limestone fragments and trace sand 4.5+ 11 933.7 LEAN CLAY -tan with sand, weathered limestone seams and trace gravel trace 18-20-17 7 / / N=37 5 --/,/ 4.5+ 75 45-19-26 7 113 j 4.5+ 7 927.7 LIMESTONE -tan 50/'/2 6 50/'/d' 10 S _ s gray Z > S n 50/1" 1 G 50/'/d' 6 i Z i s i ; 50/1" 50/'/4' 6 : 20 915.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.126 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-124 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726920 N While Drilling Not Observed 10-14-22 E S T Longitude At Completion Not Observed -97.57796' W End of Day Not Measured a N d = P Q T Q '� >.p y EO CZ £ J U OIL C ON a Stratum Description r o==o a o = Q N£ a wio s Approximate Surface Elevation = 967.4 feet 3: O 4 m a rY d a m LL-PL-PI o 3 M rn o c o D U CLAYEY SAND (SC) - tan with weathered limestone fragments E 0 963.4 FAT CLAY (CH) - tan, gray and orange with weathered limestone seams and shell seams 957.4 WEATHERED LIMESTONE - tan 949.4 LIMESTONE - gray, shaley 4.5+ 25 54-18-36 4 12-9-5 9 N=14 4.5+ 87 57-17-40 12 2.6 92 4.5+ 9 4.5+ 20 50/6" 8 i 50P/2' 12 20 : 947.4 50/'/d' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.127 Log B-125 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.726920 N While Drilling Longitude At Completion -97.57730' W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 9-27-22 Not Observed Not Measured d N Q w � >. d O a T 2 - Stratum Description z 0 N £ 47 N W O Q Approximate Surface Elevation = 979.3 feet 3: O FAT CLAY (CH) - dark brown with weathered limestone 978.3 fragments and trace sand LEAN CLAY (CL) - tan with sand, weathered limestone / seams and trace gravel 5 ferrous stains 10—/X� 1/ 15J j� tan and gray with ferrous stains gray, shaley 959.3 20 / Boring Terminated at Approximately 20 Feet i 9GI NE E R i N G ., r C. IL y0 O s£ U E O C_j Z Co Q '— Q O N F a N y N 'm tan a W a LL-PL-PI 4.5+ 17-15-12 N=27 10-8-14 N=22 20-22-27 N=49 27-50/4" 15-20-29 N=49 18-18-22 N=40 0 15 10 15 14 13 15 24 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.128 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-126 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 9-27-22 E S T Longitude At Completion Not Observed -97.57728' W End of Day Not Measured a N = tP Q T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 972.3 feet 3: O a 4 m a W d a m LL-PL-PI o M G7 3 rn o E c o D U LEAN CLAY (CL) -dark brown - tan with weathered limestone fragments and trace 4.5+ 14 sand and gravel 9 0 1 i S - tan and gray 959.3 WEATHERED LIMESTONE - tan 955.3 LIMESTONE - gray 4.5+ 11 4.5+ 81 40-15-25 9 100 4.5+ 15 4.5+ 11 50/4'/z' 12 s s i 13 50/<''/a" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.129 Log Project No. Walsh Ranch PA5 B-127 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728020 N While Drilling Not Observed 9-27-22 E S T Longitude At Completion Not Observed -97.57733' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 964.7 feet 3: O a 4 m a rY d a m ILL-PL-PI o M G7 3 rn o E c o D U FAT CLAY (CH) - dark brown with weathered limestone fragments and trace sand -tan 3.75 17 5 10 4.5+ 16 - tan and gray with sand and ferrous stains 4.5+ 9 15-19-25 16 N=44 / -gray, shaley 951.7 LIMESTONE -gray, shaley 50/'/2" $ 50/'/d' S Z S � 944.7 50/'/d' 10 50/<'/d' 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.130 Log Project No. Walsh Ranch PA5 B-128 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728590 N While Drilling Not Observed 9-27-22 E s T Longitude At Completion Not Observed -97.57732' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s Approximate Surface Elevation = 957.7 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D V ��- FAT CLAY (CH) - tan 951.7 LEAN CLAY (CL) - tan with sand 944.7 WEATHERED LIMESTONE - tan 942.7 LIMESTONE - gray Z gray, shaley S i i : 20 937.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 17 4.5+ 97 69-22-47 16 4.5+ 9 109 9,200 20-19-17 10 N=36 4.5+ 83 48-16-32 15 1.9 116 20-40-50/1" 18 50/'/4' 14 50/<'/4' Plate A.131 Log Project No. Walsh Ranch PA5 B-129 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 9-27-22 E s T Longitude At Completion Not Observed -97.57732' W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 950.3 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 3 M rn o co D U FAT CLAY (CH) - tan with trace sand and gravel 5 10 937.3 WEATHERED LIMESTONE - tan 936.3 LIMESTONE - gray 1G Z S Z 20 � 930.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 11 3.00 86 63-19-44 12 5.0 121 4.5+ 16 3.00 14 2.50 81 56-15-41 17 50/'/i' 8 50/<%" 50/'/4' 8 50/<'/4' Plate A.132 Log Project No. Walsh Ranch PA5 B-130 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 9-27-22 Longitude At Completion Not Observed -97.57732' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 945.3 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with trace sand 5 937.3 WEATHERED LIMESTONE - tan 10 " 933.3 LIMESTONE - gray S 1� Z S Z 20 � 925.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 90 65-21-44 16 4.5+ 6 4.5+ 97 65-23-42 16 7.6 117 4.5+ 9 50/3'/z' 11 50/3/4' 6 50/'/z' 50/'/4' 6 50/<'/4' Plate A.133 Log Project No. Walsh Ranch PA5 B-131 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 9-28-22 Longitude At Completion Not Observed -97.57666' W End of Day Not Measured a N c t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s Approximate Surface Elevation = 939.3 feet 3: O a m 4)i a rY Q m LL-PL-PI M rn o co D V CLAYEY GRAVEL (GC) - tan with weathered limestone fragments and sand 4.5+ 42 45-19-26 5 �1937.3 �7 WEATHERED LIMESTONE - tan 50/6" 9 5 934.3 LIMESTONE -tan 50/'/4' 50/'/d' 2 Z S 6 10 _ -gray Z s SL 1 T f y 1 1 1 50/'/d 6 50/<%" s T i i > _T i s i 50/<'/4' 919.3 50/<'/4' 6 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.134 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-132 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72911 ° N While Drilling Not Observed 9-28-22 E s T Longitude At Completion Not Observed -97.57665' W End of Day Not Measured a N = t � Q T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E wio s Approximate Surface Elevation = 947.0 feet 3: O a 4 m a rY d a m LL-PL-PI o 3 M rn o c o D U LEAN CLAY (CL) - tan with sand, weathered limestone seams, and trace gravel 5 1C 935.0 LIMESTONE - gray 4.5+ 6 4.5+ 74 43-16-27 8 2.6 100 4.5+ 16 4.5+ 21 4.5+ 17 i i 50/'/d9 50/'/d' s 1 � i Z i > T i s i i 50/'/4' 8 50/<'/4' : 20 927.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.135 Log Project No. Walsh Ranch PA5 B-133 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728580 N While Drilling Not Observed 9-28-22 E s T Longitude At Completion Not Observed -97.57666' W End of Day Not Measured a N d y c C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 954.9 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 3 M rn o co D U �� FAT CLAY (CH) - tan with trace sand J J J weathered limestone seams 10— 15 1939.9 LIMESTONE -gray, shaley S Z S 20 � 934.9 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 4.5+ 89 51-20-31 15 2.9 118 4.5+ 10 4.5+ 16 4.5+ 11 4.5+ 84 53-18-35 17 50/1" 16 50//4' Plate A.136 Log Project No. Walsh Ranch PA5 B-134 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728020 N While Drilling Not Observed 9-28-22 E s T Longitude At Completion Not Observed -97.57666' W End of Day Not Measured a N c t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 960.7 feet 3: O a 4 m a rY d a m LL-PL-PI G7 o 3 M rn o E c o D U LEAN CLAY (CL) - tan with trace sand 5 1C 948.7 LIMESTONE - gray, shaley 4.5+ 16 4.5+ 13 4.5+ 90 41-19-22 8 0.0 102 4.5+ 12 4.5+ 15 i i 50/3/d' 50/'/d' 8 1� i Z i > T i s i ; 50/3/4' 7 : 20 940.7 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.137 Log Project No. Walsh Ranch PA5 B-135 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 9-27-22 E S T Longitude At Completion Not Observed -97.57667' W End of Day Not Measured a N d y i N y c C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s Approximate Surface Elevation = 969.9 feet 3: O a 4)i m a rY Q m LL-PL-PI M rn o co D V OoO"M FAT CLAY (CH) - dark brown J tan with trace sand and gravel JJ —/ - tan and gray, blocky with trace sand and ferrous stains 10- 15— 951.4 LIMESTONE - gray, shaley 20 T 949.9 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/'/4' 50/'/4' 4.5+ 15 4.5+ 10 4.5+ 85 55-15-40 9 4.5+ 8 4.5+ 93 53-18-35 15 3.4 116 4.5+ 14 13 Plate A.138 Log Project No. Walsh Ranch PA5 B-136 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726930 N While Drilling Not Observed 9-27-22 Longitude At Completion Not Observed -97.57666' W End of Day Not Measured a N d y i N y c C t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N V wf0s Approximate Surface Elevation = 976.2 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o co D V SANDY LEAN CLAY (CL) - dark brown / tan with weathered limestone seams 5 10— 4z I/Nx 15J 958.2 FAT CLAY (CH) -gray, shaley 20— z 956.2 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 16 4.5+ 12 4.5+ 13 4.5+ 16 10-11-13 16 N=24 14-16-26 98 61-19-42 23 N=42 Plate A.139 Log Project No. Walsh Ranch PA5 B-137 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE FnrtWnrth_TeY=s �' 9GE ERING Latitude Water Level Observations (feet) Date 32.726930 N While Drilling Not Observed 9-29-22 E s T Longitude At Completion Not Observed -97.57603' W End of Day Not Measured = a N T '� d �p IL N y C •£ V t� •G> Q O w E Stratum Description z o = o a J o N £ wf0s d d O a E. N L •N j �d a+ Vl c — —y = C Q C> E Approximate Surface Elevation = 968.4 feet 3: O m 4)ia16i a rY Q m LL-PL-PI M 3 rn o co D V FAT CLAY (CH) - dark brown with trace sand 0 4.5+ 89 54-18-36 14 J tan with weathered limestone seams J/ 5/1 5 50/1'/4' 4 tan with trace sand —/ 4.5+ 93 57-15-42 9 110 8,600 10— L /1 f /1 n — 4.5+ 21 15- 952.4 ' — SHALE - gray s i s L 50/1' 14 EEOonu n 3/450/1'/2' 2C V v Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.140 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-138 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 9-29-22 E s r Longitude At Completion Not Observed -97.57602' W End of Day Not Measured a N d y i N y c C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E wio s Approximate Surface Elevation = 957.1 feet 3: O a 4 m a rY d a m LL-PL-PI o M 3 rn o c o D U LEAN CLAY (CL) - dark brown 4.00 12 E 1 - tan with trace sand and calcareous deposits - gray with trace sand and gravel 939.1 SHALE - gray 4.5+ 9 4.5+ 15 4.5+ 8 10-19-17 14 N=36 4.5+ 88 46-16-30 15 501/ 6 20 : 937.1 50/1'/d' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.141 Log Project No. Walsh Ranch PA5 B-139 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728020 N While Drilling Not Observed 9-28-22 E s T Longitude At Completion Not Observed -97.57602' W End of Day Not Measured a N d y i N y c C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 948.6 feet 3: O a 4 m a rY d a m LL-PL-PI o M G7 3 rn o E c o D U FAT CLAY (CH) - tan with sand and trace gravel 4.5+ 13 5 10 - weathered limestone seams - tan and gray with trace sand 936.6 LIMESTONE - tan 4.5+ 79 56-18-38 13 4.5+ 7 4.5+ 5 4.5+ 89 61-18-43 16 i i n 50/3/d' 1 G 50/'/d9 > S : Z i ; 50/'/4' 7 : 20 928.6 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.142 Log Project No. Walsh Ranch PA5 B-140 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 Fnrt Worth Texac Latitude Water Level Observations (feet) Date 32.728580 N While Drilling Not Observed 9-28-22 Longitude At Completion Not Observed �9GI NE E R i N G -97.576020 W End of Day Not Measured = y i C. N y C T do >.2 a U dy E O Z s.£ coy J a£ ;� Stratum Description z o== o a 0 N £ d d y F C N N> t}A •0 W Approximate Surface Elevation = 941.5 feet s 3: O I1 m O N a W 13 N a rn LL-PL-PI M FAT CLAY (CH) - dark brown 4.5+ 13 937.5 LEAN CLAY (CL) - tan with sand and trace gravel 5 weathered limestone seams j 10 930.5 LIMESTONE -tan S Z 1G � S Z S 20 � 921.5 Boring Terminated at Approximately 20 Feet 4.5+ 14 4.5+ 70 46-16-30 9 5.3 129 4.5+ 11 4.5+ 15 50/3/d' 50/'/d' 7 50/'/4' 6 50/'/4' Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.143 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-141 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72913' N While Drilling Not Observed 9-28-22 E s T Longitude At Completion Not Observed -97.57602' W End of Day Not Measured a N d y i N y c C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 931.3 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI d c 3 M rn o E co D U LEAN CLAY (CL) - dark brown tan with sand and calcareous nodules 5 / 10- 920.3 LIMESTONE -tan S Z S Z S 20 � 911.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/3/4' 50/'/4' 50/'/4' 50P/4' 4.5+ 13 4.5+ 82 46-15-31 9 4.5+ 10 122 17,800 4.5+ 71 34-15-19 10 0.7 113 4.5+ 13 9 C Plate A.144 Log Project No. Walsh Ranch PA5 B-142 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.729670 N While Drilling Not Observed 9-28-22 Longitude At Completion Not Observed -97.57605' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z a N£ Stratum Description z o r== o a J o = Q m ! and (D y� y y coif w f0s a a4ia16i ��' 0 3 co Approximate Surface Elevation = 926.0 feet 3: O m a rY a m LL-PL-PI M rn o D U LEAN CLAY (CL) - dark brown 4.5+ 12 tan with sand / 4.5+ 75 49-21-28 15 0.1 99 922.0 WEATHERED LIMESTONE - tan 38-50/5" 6 5 918.0 LIMESTONE - tan 50/'/4' 10 50/'/d' 10 S s Z > S _ gray 50/3/4' � 50/'/d' 5 1� i Z i s i ; 50/'/4' 5 : 20 906.0 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.145 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-143 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 9-28-22 Longitude At Completion Not Observed -97.57538' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s Approximate Surface Elevation = 919.7 feet 3: O a m 4)i a rY Q m LL-PL-PI M rn o co D V SILTY GRAVEL (GM) - tan with weathered limestone fragments 4.5+ 22 39-20-19 5 917.7 WEATHERED LIMESTONE - tan 50/4" 4 15.7 LIMESTONE - tan 5 � 50/3/4' 6 50/3/4' S Z 50/'/4' 6 50/'/d' 10 S s Z n 50/3/d' 1 G 50//2' 6 ' Z gray > S ' S ' 50/'/4' L 50/'/4' : 20 899.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.146 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-144 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72911 ° N While Drilling Not Observed 9-29-22 Longitude At Completion Not Observed -97.57538' W End of Day Not Measured a N = t � a T '� Q O d �IL >.2 U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s a Approximate Surface Elevation = 931.7 feet 3: O m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U LEAN CLAY (CL) - brown 4.5+ 5 929.7 WEATHERED LIMESTONE - tan 27-50/3" 5 5 926.7 LIMESTONE -tan 50/'/' 50/'/d' 3 Z gray S 10 50/'/4' 50/'/4' 6 Z s SL 1 T f y 1 1 1 50/'/d 6 50/<%" 10 � ; s T i i > _T i s i 50/<'/4' 911.7 50/<'/4' 5 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.147 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-145 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728580 N While Drilling Not Observed 9-29-22 Longitude At Completion Not Observed -97.57539' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V .W O a ;� Stratum Description z o r= =o a y o = Q d N£ ! d d (D 'a a N j Vl y V wf0s Approximate Surface Elevation = 945.4 feet 3: O 4)ia16i m a rY �d a m LL-PL-PI c M 3 rn o co D V FAT CLAY (CH) - tan 4.5+ 14 4.5+ 16 5 - sandy - sandy with weathered limestone seams OFF 10— 933.4 LIMESTONE -gray S 19 Z S Z 20 � 925.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 15-17-24 8 N=41 10-11-18 79 55-16-39 9 N=29 27-28-32 16 N=60 50/'/2" 50/<'%" 7 50/<'/4' 7 50/<'/4' Plate A.148 Log Project No. Walsh Ranch PA5 B-146 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.728030 N While Drilling Not Observed 9-29-22 E S T Longitude At Completion Not Observed -97.57538' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 957.7 feet 3: O m a rY a m LL-PL-PI M rn o D U FAT CLAY (CH) - tan with trace sand 4.5+ 86 65-24-41 18 85 4.5+ 8 953.7 GRAVELLY CLAYEY SAND (SC) - tan with weathered limestone fragments 5 4.5+ 48 43-16-27 6 0.1 98 31-20-19 N=39 8 949.7 WEATHERED LIMESTONE - tan 10 X'947.7 LEAN CLAY (CL) -tan with trace sand 21-50/6" 11 i i ; n 4.5+ 90 47-13-34 15 15 1942.7 LIMESTONE -gray, shaley i s i i Z > —T i s i 50/1" 937.7 50/'/2' 12 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.149 Drilling Method: Continuous Flight Augers Log B-147 Boring Location Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Communit Latitude 32.72749' N While Drilling Longitude At Completion -97.57540' W End of Day Y and 1-20 Fnrt Worth Texac Water Level Observations (feet) Date Not Observed 10-3-22 Not Observed Not Measured d Q w a z Stratum Description 0 rn E a>i w Approximate Surface Elevation = 969.6 feet FAT CLAY (CH) - tan with weathered limestone fragments and trace sand 965.6 X LEAN CLAY (CL) - tan with weathered limestone / fragments and trace sand 5 10 956.E FAT CLAY (CH) -tan and gray with weathered limestone fragments, ferrous stains, and trace sand and gravel 15J/ J/ J/ 20— 949.6 Boring Terminated at Approximately 20 Feet i 9GI NE E R i N G N C. L N CID d w m o a y o £ NR J H 0 E ci O J y d N N O F tan a M W> a W a 'm LL-PL-PI 11-18-19 N=37 15-30-15 N=45 4.5+ o � Q N d s C � C — Q y p a 3 a o M N a DU 18 6 9 4.5+ 93 45-15-30 15 4.5+ 17 4.5+ 89 54-15-39 14 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.150 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-148 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726920 N While Drilling Not Observed 10-3-22 E 5 T Longitude At Completion Not Observed -97.57538' W End of Day Not Measured a N d y i N y = C t� Q CL'� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ d d O a E. N L •N j a+ — Vl —y = C Q C> E wf0s Approximate Surface Elevation = 983.5 feet 3: O m 4)ia16i a rY �d Q m LL-PL-PI c 3 M rn o co D V FAT CLAY (CH) - dark brown 2.00 4 981.5 WEATHERED LIMESTONE - tan 10-50/31/2" 6 IT 979.5 LIMESTONE - tan 50/11" 978.5 50/'/d' 7 CLAYEY SAND (SC) - tan with weathered limestone fragments and gravel 4.5+ 43 23-14-9 7 975.5 LEAN CLAY (CL) - gray, shaley 4.5+ 21 969.5 WEATHERED LIMESTONE - tan 50/1" 50/4" 16 y 967.5 LEAN CLAY (CL) - tan with weathered limestone fragments, sand and trace gravel 73 48-14-34 11 20— ' 963.5 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.151 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-149 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726920 N While Drilling Not Observed 10-3-22 Longitude At Completion Not Observed -97.57469' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 973.0 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M 3 rn o co D U OoO"M FAT CLAY (CH) - dark brown 5 - tan with sand and ferrous stains 968.0 WEATHERED LIMESTONE - tan with clay seams 966.0 FAT CLAY (CH) -tan with ferrous stains and trace sand J 10—�/ �000 gray, shaley 20— 1953.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 13 4.5+ 81 56-17-39 12 9.6 109 4.5+ 7 50/3" 5 4.5+ 22 4.5+ 16 4.5+ 94 65-17-48 20 4.5+ 13 Plate A.152 Log Project No. Walsh Ranch PA5 B-150 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72748' N While Drilling Not Observed 10-5-22 E S T Longitude At Completion Not Observed -97.57469' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s Approximate Surface Elevation = 974.1 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c 3 M rn o co D V CLAYEY GRAVEL (GC) - tan ff 15-30-30 N=60 26 38-20-18 6 E 0 970.1 WEATHERED LIMESTONE - tan with clay seams 50/2" 969.1 50/2" GRAVELLY FAT CLAY (CH) - tan with weathered limestone fragments 15-13-14 58 53-20-33 15 N=27 960.1 LEAN CLAY (CL) - gray, shaley 17-42-50/3'/2" 1� 955.1 SHALE - gray 50/2" 20 � 954.1 50/1'/d' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.153 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-151 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728030 N While Drilling Not Observed 10-5-22 E s r Longitude At Completion Not Observed -97.57473' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V .W O a ;� Stratum Description z o r= =o a y o = Q d N£ ! d d (D 'a N j Vl V wf0s Approximate Surface Elevation = 970.6 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI y c 3 M rn o co D V _ CLAYEY GRAVEL (GC) - tan with weathered limestone fragments 5 10 4.5+ 6 10-50/4" 15 49-24-25 1 33/6" 1 40/6" 25/6" 7 960.6 22/6" FAT CLAY (CH) - tan and gray with trace sand J/ J/ —�/ 2.50 88 57-15-42 14 — 4.5+ 19 20— 950.6 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.154 Drilling Method: Continuous Flight Augers Log B-152 Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 O�NG FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date 32.728590 N While Drilling Not Observed 10-4-22 E 5 7 Longitude At Completion Not Observed -97.57473' W End of Day Not Measured a N d y i N = y C t � a CL'� Q O d � >.2 IL N y U E'-' C Z •£ V .O J O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 959.8 feet 3: O a 4)ia16i m a rY �d a m c 3 LL-PL-PI M rn o co D U LEAN CLAY (CL) - tan with gravel, ferrous stains, and trace sand 5 8 FAT CLAY (CH) - tan with ferrous stains, and trace sand and gravel 8 LEAN CLAY (CL) - gray, shaley 10 945.8 SHALE - gray 16 20 � 939.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 15 4.5+ 76 48-16-32 7 6.1 110 4.5+ 11 18-12-15 82 57-16-41 10 N=27 8-50/53/4" 24 50/1'/4' 16 50/1" 50/1" 16 50//4' Plate A.155 Log Project No. Walsh Ranch PA5 B-153 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE FnrtWnrth_TeY=s 9GE Latitude Water Level Observations (feet) �' Date ERING 32.72912' N While Drilling Not Observed 10-4-22 E S T Longitude At Completion Not Observed -97.57473' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 950.8 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D U O�00 FAT CLAY (CH) - tan with calcareous nodules and trace sand - ferrous stains 5 10 _11 936.8 SHALE - gray 1G 931.8 LIMESTONE - gray 2C � 930.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 7 4.5+ 91 63-18-45 10 14.2 91 4.5+ 12 4.5+ 95 69-22-47 24 50/1'/z' 50/1' 15 '/z 50/3/4' 11 50/'/2' Plate A.156 Log Project No. Walsh Ranch PA5 B-154 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 10-4-22 Longitude At Completion Not Observed -97.57473' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ d d E. O N L a •N j a+ Vl — —y = C Q C> E wf0s Approximate Surface Elevation = 939.9 feet 3: O 4)ia16i m a rY �d Q m LL-PL-PI c M 3 rn o co D V LEAN CLAY (CL) - tan with sand and ferrous stains 5 - weathered limestone seams 931.9 WEATHERED LIMESTONE - tan 10 " 925.9 r � LIMESTONE -tan 1„ Z S Z - gray 20 � 919.9 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 8-50/3" 50/'/i' 50/<%" 50/1" 50/'/2' 4.5+ 4.5+ 76 34-20-14 7 4.5+ Plate A.157 Log Project No. Walsh Ranch PA5 B-155 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730220 N While Drilling Not Observed 10-17-22 Longitude At Completion Not Observed -97.57473' W End of Day Not Measured a N = t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N O L y> C Q E w f0s a Approximate Surface Elevation = 923.3 feet 3: O m 4)i a rY Q m LL-PL-PI M rn o co D V LEAN CLAY (CL) - tan with sand and gravel 4.00 919.3 LIMESTONE -tan 50/'/d' 50/'/4' 5 Z S Z 50/'/4' 50/'/d' 10 S s Z gray 5 0 50<'/4/<% ' > 1 � i Z > S i s i i 50/'/4' 50/<'/4' : 20 903.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.158 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-156 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R ONG FArf WAPtl � Tex E N G E Latitude Water Level Observations (feet) Date 32.730780 N While Drilling Not Observed 10-18-22 E s r Longitude At Completion Not Observed -97.57473' W End of Day Not Measured a N = a d y C P Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E N W f0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 907.8 feet 3: O to a rY a m LL-PL-PI M rn o D U LEAN CLAY (CL) - tan with sand, gravel and weathered limestone seams 50/1" 4.5+ 11903.8 WEATHERED LIMESTONE - tan 50/11/2" 50/11/4" 5 98.8 LIMESTONE - tan 50/'/a' 50/<'/a' 10 Z s SL 1 T f y 1 1 n gray 50P/2 50/'/d' 1G � i i i i s •s 50/1" : 20 887.8 50/'/2' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.159 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-157 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730770 N While Drilling Not Observed 10-18-22 E S T Longitude At Completion Not Observed -97.57410' W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and f0s (D a y� y y coif w Approximate Surface Elevation = 903.1 feet 3: O a4ia16i m a rY ��' a m LL-PL-PI 0 M 3 rn o co D U LEAN CLAY (CL) - dark brown with trace sand and gravel 4.5+ 82 45-17-28 10 E 1 SANDY CLAYEY GRAVEL (GC) - tan with weathered limestone fragments 4.5+ 14 4.5+ 14 111 10,000 C!!.'�EI>�cB�ib•�E:�if��ll�►�ifE:3 50/53/4" 8 1 WEATHERED LIMESTONE - tan 0 89.1 n i LIMESTONE -gray 1G ' i Z i > T i s i ; : 20 883.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/'/4' 50/'/4' 8 50/2" 11 50P/4' Plate A.160 Log Project No. Walsh Ranch PA5 B-158 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R ONG FArf WAPtl Tex Latitude � Water Level Observations (feet) Date E N G E 32.730220 N While Drilling Not Observed 10-18-22 E 5 T Longitude At Completion Not Observed -97.57410' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 924.0 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D U jLEAN CLAY (CL) - tan with sand and gravel 3.00 922.0 - Shelby tube refusal WEATHERED LIMESTONE - tan 50/1'/2" 50/1" 5 50/1'/4" 914.0 50/1" 10 LIMESTONE - gray S Z S 50/3/2' 50//z' 1� Z S Z 50/'/4" 50/'/2' 20 904.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.161 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-159 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 10-4-22 Longitude At Completion Not Observed -97.57409' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 942.7 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U FAT CLAY (CH) - tan with sand and trace gravel 940.7 WEATHERED LIMESTONE - tan 5 10 932.7 LIMESTONE - tan S Z gray S 19 Z S Z 20 � 922.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/1 %" 50/11/2" 50/13/4" 50/11/2" 50/3/4" 50/3/4" 50/'/2' 50P/2' 4.5+ 81 75-29-46 17 Plate A.162 Log Project No. Walsh Ranch PA5 B-160 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 10-4-22 E s T Longitude At Completion Not Observed -97.57410' W End of Day Not Measured a N d = P a T Q 'w� >.p y EO CZ £ U OIL C ONQ ad Stratum Description o r'O o== =VG1Nj N£ d s a y E Approximate Surface Elevation = 951.4 feet 3: O 4 m a rY a m LL-PL-PI o M rn o c o D U ��- FAT CLAY (CH) - tan with trace sand 5 10 - tan with sand and trace gravel 939.4 LIMESTONE - gray 4.5+ 9 4.00 93 59-16-43 14 4.00 22 CIl.'�rt:PAiEQZIl:ltiE:i1l.' mli7 4.00 25 i i n 50/3/d' 12 1 G 50//2' i Z i > T i s —T i ; 50/'/2' 8 : 20 931.4 50/'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.163 Log Project No. Walsh Ranch PA5 B-161 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R NE Fn Akm tl, Tex Latitude Water Level Observations (feet) Date E N G E E R i N G 32.728570 N While Drilling Not Observed 10-4-22 E s T Longitude At Completion Not Observed -97.57409' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E wio s Approximate Surface Elevation = 953.6 feet 3: O a 4 m a rY d a m LL-PL-PI o 3 M rn o c o D U LEAN CLAY (CL) - tan with trace sand and gravel 4.5+ 84 49-20-29 8 9.6 106 5 1C - weathered limestone seams 941.6 LIMESTONE - tan 4.5+ 9 4.5+ 6 3.00 25 3.50 28 i i n 50/3/d' 1 G 50/3/4' 9 > S : Z i ; 50/'/2' 7 : 20 933.6 50P/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.164 Log Project No. Walsh Ranch PA5 B-162 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE FnrtWnrth_TeY=s 9GE Latitude Water Level Observations (feet) �' Date ERING 32.728020 N While Drilling Not Observed 10-5-22 E s T Longitude At Completion Not Observed -97.57409' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V wio s Approximate Surface Elevation = 960.8 feet 3: O a 4 m a rY d a m LL-PL-PI o M G7 3 rn o E c o D U FAT CLAY (CH) - tan with calcareous deposits 4.5+ 12 E 0 : 2u 4.5+ 97 53-17-36 11 0.5 106 3.50 18 4.5+ 16 4.5+ 15 3.50 97 53-19-34 20 945.8 WEATHERED LIMESTONE - tan with shell fossils 50/11/2" 16 940.8 50/1" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.165 Log Project No. Walsh Ranch PA5 B-163 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R NE FArf WAPtl, Tex Latitude Water Level Observations (feet) Date E N G E E R i N G 32.72748' N While Drilling Not Observed 10-4-22 E 5 T Longitude At Completion Not Observed -97.57409' W End of Day Not Measured a N = tP a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 958.9 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI d c 3 M rn o E co D U LEAN CLAY (CL) - tan with gravel and trace sand 4.5+ m 4.5+ 69 49-20-29 8 5.9 121 5 / calcareous deposits 4.5+ j / 4.5+ — j 4.00 10- j/ -tan and gray —j / 945.9 FAT CLAY (CH) - gray, shaley with trace sand i J m W1 17 n / 4.5+ 91 51-14-37 13 15 /; s J i i s 939.9 SHALE - gray 50/11/2" 0Q4 0 50/1" 16 20 V vv v Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.166 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-164 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726920 N While Drilling Not Observed 10-5-22 Longitude At Completion Not Observed -97.57409' W End of Day Not Measured a N = t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s Approximate Surface Elevation = 955.7 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M 3 rn o co D V ,- CLAYEY GRAVEL (GC) - tan with weathered limestone fragments and sand 0 - tan and gray with ferrous stains - weathered limestone seam weathered limestone seam 937.7 J FAT CLAY (CH) - gray, shaley s : 20� 935.7 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 4.5+ 10 4.5+ 38 42-20-22 5 4.5+ 4.5+ 4.5+ 4.5+ 7 9 In 20 4.5+ 95 61-20-41 22 Plate A.167 Log Project No. Walsh Ranch PA5 B-165 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726920 N While Drilling Not Observed 10-5-22 Longitude At Completion Not Observed -97.57343' W End of Day Not Measured a N = t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ wf0s d d O a E. N L •N j �d a+ Vl c — —y = C Q C> E Approximate Surface Elevation = 939.6 feet 3: O m 4)ia16i a rY Q m LL-PL-PI M 3 rn o co D V LEAN CLAY (CL) - dark brown with weathered limestone / seams, sand, and trace gravel 4.5+ j 4.5+ 935.E LIMESTONE -tan, chalky 50/'/d' 50P/d' 5 Z S Z 50/'/a' 50/<''/4' 10 S s Z > gray, chalky 50/'/d' 50/'/d' s 1 � i Z > S i s i i 50/<'/4' 50/<'/4' : 20 919.6 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.168 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-166 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72749' N While Drilling Not Observed 10-4-22 Longitude At Completion Not Observed -97.57343' W End of Day Not Measured a N = t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 943.0 feet 3: O a m 4)ia16i a rY �d a m ILL-PL-PI c M d 3 rn o E co D U LEAN CLAY (CL) - dark brown with weathered limestone / fragments, sand, and trace gravel 941.0 -Shelby tube refusal WEATHERED LIMESTONE - tan 939.0 LIMESTONE - tan 50/'/4' 50/3/4' 5 50/3/4' 50/'/d' S Z 50/'/4' 50/'/d' 10 S s Z gray n 50//i' 1 G 50//2' i Z > S i s i ; 50/'/2' 923.0 50/'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.169 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-167 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728020 N While Drilling Not Observed 10-4-22 Longitude At Completion Not Observed -97.57344' W End of Day Not Measured a N = t� a T '� d �p IL N y C •£ V •W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s Approximate Surface Elevation = 944.4 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D V GRAVELLY CLAYEY SAND (SC) - tan with weathered limestone fragments 4.5+ 38 49-18-31 4 942.4 Shelby tube refusal WEATHERED LIMESTONE - tan 940.4 LIMESTONE - tan 50/'/4' 50/<%" 5 Z gray S Z 50/<''/4</' ' 10 S s Z 50/<'/4' 50/<'/4' s 1 � i Z > S i s i i 924.4 50/'/4' 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.170 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-168 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE rt FnWnrth_ c_ 9GE E R i N G Latitude Water Level Observations (feet) �' Date 32.728580 N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57343' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ d d O E. N L •N j a+ Vl — —y = C Q wf0s Approximate Surface Elevation = 939.3 feet 3: O a m 4)ia16i a rY �d Q m LL-PL-PI c M 3 rn o C> E co D V GRAVELLY CLAYEY SAND (SC) - tan with weathered 938.3 limestone fragments; Shelby tube refusal 4.5+ WEATHERED LIMESTONE - tan 935.3 LIMESTONE - tan 50/'/4' 50/<%" 5 Z S Z 50/'/4' 50/<''/4' 10 S Z S _ gray 5 1G 50<'/4/<% ' Z S Z 50/<'/4' 50/<'/4' 20 919.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.171 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-169 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 10-6-22 Longitude At Completion Not Observed -97.57343' W End of Day Not Measured a N d y i N y = C t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 932.0 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U GRAVELLY CLAYEY SAND (SC) - tan with weathered 931.0 limestone fragments; Shelby tube refusal WEATHERED LIMESTONE - tan 928.0 LIMESTONE - tan 50/'/4' 50/'/4' 5 Z S Z 50/<''/4</' ' 10 S Z S _ gray 5 1G 50<'/4/<% ' Z S Z 50/'/4' 912.0 50/<'/4' 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.172 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-170 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE E R i N G Latitude Water Level Observations (feet) Date 32.729680 N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57343' W End of Day Not Measured a N d y i N y = C t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description -J z o f = o a o N 0 •> y = Q= w f0s Approximate Surface Elevation = 932.5 feet 3: O a m 4)i a rY Q m LL-PL-PI M rn o co D U GRAVELLY CLAYEY SAND (SC) - tan with weathered 931.5 limestone fragments; Shelby tube refusal 4.5+ \ / WEATHERED LIMESTONE - tan 928.5 LIMESTONE - tan 50/'/4' 50/'/4' 5 gray Z S Z " 0/1 5'/4' 10 S Z S 5 50<'/4/<% ' 1� Z S Z 50/'/4' 912.5 50/'/4' 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.173 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-171 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730220 N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57344' W End of Day Not Measured a N = t� Q T '� d �p IL N y C •£ J V •G> O w E Stratum Description z o = o a o N £ d d O E. N L •N j a+ Vl — —y = C Q wf0s Approximate Surface Elevation = 918.3 feet 3: O a m 4)ia16i a rY �d Q m LL-PL-PI c M 3 rn o C> E co D V GRAVELLY LEAN CLAY (CL) - tan with weathered limestone fragments and trace sand 9-12-32 63 29-15-14 5 N=44 914.3 LIMESTONE - gray 50/'/i' 50/3/4' 5 Z S Z 50/'/i' 50/'/4' 10 S s Z n 50/1'/z' 1 G 50/'/d' i Z > S i s Z i ; 50/1'/4" 898.3 50/'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.174 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-172 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 9GE N E FArf WAPtl, Tex E R i N G Latitude Water Level Observations (feet) Date 32.730780 N While Drilling Sz 10 10-18-22 Longitude At Completion 1 18 -97.57342' W End of Day Not Measured a N = a tP Q O >.2 U E'-' Z rd, '- C N a E£ Stratum Description J z o 0 t = o a J o = Q d ! d d V N L y j N d E w f0s a 4)ia16i �d c 3 co Approximate Surface Elevation = 897.7 feet 3: O m a rY a m LL-PL-PI M rn o D U LEAN CLAY (CL) - dark brown with sand and weathered / limestone seams A4.5+ 75 38-15-23 4 895.7 WEATHERED LIMESTONE - tan 17-14-30/5" 7 93.7 LIMESTONE - gray 50/1" 50/'/2' 11 5 = 891.7 FAT CLAY (CH) - tan with calcareous nodules, ferrous stains, and trace sand // 4.5+ 87 55-17-38 20 0.5 103 J/ —�/ 3.25 20 113 5200 s L / 884.7 WEATHERED LIMESTONE - tan S 50/1" 20 50/1" 1� ; s i i i V s i 78.7 LIMESTONE - gray 50/'/2' 32 : 20 877.7 50/'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.175 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-173 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.73021' N While Drilling Not Observed 10-18-22 Longitude At Completion Not Observed -97.57279' W End of Day Not Measured a N d y i N y = C t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N d V wf0s Approximate Surface Elevation = 909.4 feet 3: O a 4)ia16i m a W �d a m LL-PL-PI c M 3 rn o co D V WEATHERED LIMESTONE - tan 40-50/3" 50/1" 50/'/2' 5 50/4" 50/'/4' 899.4 10 LIMESTONE - tan S Z S gray 5 0 50<'/4/<% ' 1� Z S Z 50/<'/4' 50/'/4' 20 889.4 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.176 Log Project No. Walsh Ranch PA5 B-174 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 R ONG FArf WAPtl Tex Latitude � Water Level Observations (feet) Date E N G E 32.729680 N While Drilling Not Observed 10-18-22 E S T Longitude At Completion Not Observed -97.57279' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 916.1 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI d c 3 M rn o E co D U GRAVELLY LEAN CLAY (CL) - tan with weathered limestone fragments and trace sand 914.1 WEATHERED LIMESTONE - tan 5 907.1 LIMESTONE -tan 10 FJW Z gray Z 15 � S Z S 20 � 896.1 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 16-38-50/5" 50/3/4' 50/11, 50/<'/a" 50/<%" 50/<%" 50/<1/8" 50/<'/4' 4.5+ Plate A.177 Log Project No. Walsh Ranch PA5 B-175 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57279' W End of Day Not Measured a N d y = C t� a T Q '� O d �p >.2 IL N y U E'-' C Z •£ J V .O O a ;� Stratum Description z o r== o a o = Q m N£ ! and (D y� y w f0s Approximate Surface Elevation = 917.8 feet 3: O a a4ia16i m a rY ��' a m LL-PL-PI 0 M y 3 rn o coif co D U FAT CLAY (CH) - tan with trace sand 913.8 WEATHERED LIMESTONE - tan 5 908.8 LIMESTONE -tan 10 Flo Z S Z 10 gray S Z S 20 � 897.8 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 40-36-50/4'/2" 50/'/4' 50/<'/a" 50/'/4' 50/<%" 50/<'/4' 50/<'/4' 4.5+ 90 56-21-35 14 4.5+ Plate A.178 Log Project No. Walsh Ranch PA5 B-176 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728570 N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57280' W End of Day Not Measured a N c t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N V w f0s Approximate Surface Elevation = 923.9 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c M d 3 rn o E co D U SANDY LEAN CLAY (CL) - tan with gravel and weathered limestone fragments 4.5+ 10 13 2 1 1 9 54 33-13-20 4 919.9 N=31 WEATHERED LIMESTONE - tan 5 \ / X20-50/6" 6 916.9 LIMESTONE tan 50/'/4' 50/<'/4' 50/'/4' 50/<'/4' 7 10 _gray Z s SL 1 f 1 1 1 50/<%" 5 50/<%" 1G � ; s T i i Z > _T i s i 50/'/4' 7 : 20 903.9 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.179 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-177 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728020 N While Drilling Not Observed 10-14-22 Longitude At Completion Not Observed -97.57280' W End of Day Not Measured a N c t � a T '� Q O d � >.2 IL U N y E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 927.3 feet 3: O a m 4)ia16i a rY �d a m LL-PL-PI c M 3 rn o co D U FAT CLAY (CH) - tan with weathered limestone fragments and sand 4.5+ 10 4.5+ 85 52-16-36 8 0.6 76 923.3 WEATHERED LIMESTONE - tan 5 X 50/4'/z' 7 50/3/4' 3 918.3 LIMESTONE - tan 50/'/4' 6 50/<'/4" 10 Z gray s SL 1 f 1 T 1 1 50/3/4' 6 50/'/z' ; s T i i i s i 50/'/4' 907.3 50/<'/4' : 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.1$0 Drilling Method: Continuous Flight Augers Log B-178 Project No. Walsh Ranch PA5 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 O�NG FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date 32.72748' N while Drilling Not Observed 10-14-22 E s T Longitude At Completion Not Observed -97.57279' W End of Day Not Measured a N d y i N = y C t� a T '� d �p IL N y C •£ V .W O a E£ ;� Stratum Description J z o 0 t =o a y o = Q d ! d d N L y j N V wf0s Approximate Surface Elevation = 928.1 feet 3: O a m 4)ia16i a rY �d a m d c 3 LL-PL-PI M rn o co D V FAT CLAY (CH) / LEAN CLAY (CH) - tan with sand and weathered limestone fragments 4.5+ 84 50-19-31 12 4.5+ 9 5 923.1 / LEAN CLAY (CL) - tan with sand, gravel, and weathered 14-12-10 N=22 8 limestone fragments j4.5+ 50 33-14-19 10 0.0 89 j 17-14-21 8 N=35 10 / 18.1 WEATHERED LIMESTONE - tan s L 1 f 1 1 1 A 13.1 15-50/3" 11 1y LIMESTONE - tan i i Z Z gray S i i 50/'/2' 6 : 20 908.1 50/<'/4' Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.181 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-179 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.726930 N While Drilling Not Observed 10-5-22 Longitude At Completion Not Observed -97.57280' W End of Day Not Measured a N c t� a T '� d �p IL N y C •£ V •W O a ;� Stratum Description z o r= =o a y o = Q d ! N£ d d a (D 'a N j Vl y V wf0s Approximate Surface Elevation = 935.5 feet 3: O m 4)ia16i a W �d a m LL-PL-PI c M 3 rn o co D V \ / CLAYEY GRAVEL (GC) - tan with weathered limestone fragments and sand 15-27-27 N=54 17 32-18-14 5 /X\ 931.5 WEATHERED LIMESTONE - tan 50/3" 50/<%" 5 929.5 LIMESTONE -tan S Z 1" 50/0/<''/4' 10 S s gray 50/1" � 1G 50/<'/4' i Z i s Z i ; 50/'/4' 50/'/4' : 20 915.5 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Plate A.182 Drilling Method: Continuous Flight Augers Log Project No. Walsh Ranch PA5 B-180 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.728570 N While Drilling Not Observed 10-5-22 Longitude At Completion Not Observed -97.57213' W End of Day Not Measured a N d y i N y = C t� Q CL'� d �p IL N y C •£ J U •G> O w E Stratum Description -J z o f = o a o N 0 L y> Q O E w io s Approximate Surface Elevation = 909.7 feet 3: O a 4 m a rY Q m LL-PL-PI M rn o c o D V LEAN CLAY (CL) - dark brown with sand and weathered limestone fragments 4.5+ 73 49-22-27 9 E 0 : 2u 7 SANDY LEAN CLAY (CL) - tan with weathered limestone fragments and ferrous stains 15-16-14 8 N=30 - tan and gray, shaley 7 WEATHERED LIMESTONE - tan 7 Boring Terminated at Approximately 20 Feet 9-14-18 13 N=32 4.5+ 12 50/2" 14 50/2" 14 Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.183 Log Project No. Walsh Ranch PA5 B-181 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 N E FArf WAPtl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.72912' N While Drilling Not Observed 10-5-22 E S T Longitude At Completion Not Observed -97.57214' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J V .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N d V E w f0s Approximate Surface Elevation = 905.3 feet 3: O a 4)ia16i m a rY �d a m LL-PL-PI c 3 M rn o co D U �� FAT CLAY (CH) - dark brown with trace sand, gravel, and ferrous stains 5 10 - tan with calcareous deposits 0 WEATHERED LIMESTONE - tan 91.3 r � LIMESTONE -tan 1„ Z S Z 20 � 885.3 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers 50/'/2 50/'/d' 50/'/4' 50/'/4' 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ Plate A.184 Log Project No. Walsh Ranch PA5 B-182 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.729680 N While Drilling Not Observed 10-18-22 E s T Longitude At Completion Not Observed -97.57212' W End of Day Not Measured a N d = P Q T Q 'w� >.p y EO CZ £ U OIL C ONQ ad Stratum Description o r'O o== =VG1Nj N£ d y s Approximate Surface Elevation = 901.7 feet 3: O a 4 m a rY a m LL-PL-PI o M rn o E c o D U LEAN CLAY (CL) - dark brown with trace sand 4.5+ 16 9 1 : 2u - weathered limestone seams 889.7 WEATHERED LIMESTONE - tan 4.5+ 94 46-16-30 10 0.5 101 4.5+ 10 125 41,600 4.5+ 11 30-40-50 9 N=90 50/3" 50/'/4' 7 50/1" 13 881.7 50/11/4" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.185 Log Project No. Walsh Ranch PA5 B-183 22-26749 Southwest of The Walsh Ranch Community Boring Location and 1-20 NE Fn Akm tl, Tex 9GE Latitude Water Level Observations (feet) Date E R i N G 32.730220 N While Drilling Not Observed 10-18-22 E S T Longitude At Completion Not Observed -97.57213' W End of Day Not Measured a N d y i N y = C t � a T Q '� O d � >.2 IL N y U E'-' C Z •£ J U .O O a E£ ;� Stratum Description J z o 0 t = o a o = Q d ! d d N L y j N G7 V E wio s Approximate Surface Elevation = 901.5 feet 3: O a 4 m a rY d a m LL-PL-PI o M 3 rn o c o D U FAT CLAY (CH) - dark brown with sand and weathered limestone fragments J/ 4.5+ 9 4.5+ 82 54-20-34 12 2.2 119 J 5 —Z/ - calcareous deposits 4.5+ 10 : 20 .5 CLAYEY SAND (SC) - tan with weathered limestone fragments 5 WEATHERED LIMESTONE - tan i '881.5 Boring Terminated at Approximately 20 Feet 13 16-14-13 39 31-15-16 8 N=27 50/'/i' 8 50/<'/a' 50/1" 50/'/d' 7 50/2" 13 50/1" Material boundaries are approximate; in situ, transitions may be qradual. Driller: CoreCo USA Drilling Method: Continuous Flight Augers Plate A.186 SOIL OR ROCK TYPES /t'~%or ��� Undocumented Fill Lean Clay (CL) Gravelly Lean Clay (CL) Fat Clay (CH) Gravelly Fat Clay (CH) Clayey Gravel (GC) Silt (ML) IPoorly -Graded Sand (SP) Well -Graded Sand Clayey Sand (SC) (SW) 9N6 J�11 �'Ja� Well -Graded Gravel (GW) Marl Weathered Shale Shale Weathered Limestone I I I Limestone I I DRILLING AND SAMPLING METHODS i Shelby Split Texas Tube Spoon Cone Pen I H 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) Very Soft < 0.5 Soft 0.5 to 1.0 Firm 1.0 to 2.0 Hard 2.0 to 4.0 Very Hard > 4.0 Coarse Grained Soils (More than 50 % Retained on No. 200 Sieve) Penetration Resistance (Blows / Foot) 0 to 4 4to10 10 to 30 30 to 50 Over 50 Soil Structure Calcareous Slickensided Laminated Fissured Interbedded Descriptive Item Very Loose Loose Medium Dense Dense Very Dense Unconfined Compression, (psf) < 1000 1000 to 2000 2000 to 4000 4000 to 8000 > 8000 Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that ate slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt 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. Degree 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.187 N N a� O U) 0 0 N N 0 E A) 0 0 N 6 Z C to O E Major Divisions SG/rp. Typical Names m Well graded gravels, N -3 C GW gravel -sand mixtures, o little or no fines .u, C Poorly graded gravels, 4- a) GP gravel -sand mixtures, little or no fines M O O 0 Z U) GM Silty gravels, gravel - ,� ° sand - silt mixtures co 3 0 o> Q o GC Clayey gravels, gravel E E - sand - clay mixtures Co SW Well graded sands, o N -0 gravelly sands, little or N M °c no fines aa) i C� M ° Poorly graded sands, L U) U Sp gravelly sands, little or ° U no fines M O Z U) " m _ Silty sands, sand silt ca 0 c SM mixtures C "= U O �: 2 c6 — ° W ° Clayey sands, sand E Q _. E SC clay mixtures cn ca Inorganic silts and very fine ML sands, rock flour, silty or >' N clayey fine sands, or clayey M 1 silts with slight plasticity - LO Inorganic clays of low to M .E — CL medium plasticity, gravelly �5 clays, sandy clays, silty 0- clays, and lean clays (n J �. OL Organic silts and organic silty clays of low plasticity Inorganic silts, micaceous L MH or diatomaceous fine sandy in M or silty soils, elastic silts U 00 U') Inorganic clays of high CH coE plasticity, fat clays .5 in .2- J OH Organic clays of medium to high plasticity, organic silts C fn 2,'cno Pt = � O Peat and other highly organic soils Laboratory Classification Criteria R JFNG E N G E N '0 RST� 1972 cC - D6o greater than 4: C = ------ between 1 and 3 U Do D x D10 80 N cc o Not meeting all gradation requirements for GW N a) U) cU) 5, Liquid and Plastic limits Liquid and plastic N .� below "A" line or P.I. limits plotting in � o a V -0 greater than 4 hatched zone a N U U between 4 and 7 °' Z 3: 2 :L Liquid and Plastic limits are borderline o�? 0' above "A" line with P.I. cases requiring use greater than 7 of dual symbols > E : M 0) U U Dso (DJ' .o CU po greater than 6: --- -- between 1 and 3 70 ° c -a 0 o(m Not meeting all gradation requirements Cn 0 °; m for SW m L Q fa CU U) Q- N a) o LO Liquid and Plastic limits Liquid and plastic L m 0-below "A" line or P.I. limits plotting m° io ++ "- N less than 4 between 4 and 7 ID 2 (D 0 ° are borderline � J E -a �, 2 Ln Liquid and Plastic limits cases requiring use above "A" line with P.I. of dual symbols p o greater than 7 60 w 40 0 z 2 30 co n cl CL 10 ZL-ML / 0 / 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.188 R N F - N CJE SOLUBLE SULFATE TEST RESULTS Walsh Ranch PA5 Southwest of The Walsh Ranch Community and 1-20 Fort Worth, Texas Rone Project Number: 22-26749 Boring Depth (ft) Sulfates (ppm) B-16 4-6 <100 B-39 6-8 <100 B-43 2-4 <100 B-72 8.5-10 267 B-108 6-8 <100 B-149 2-4 <100 B-163 2-4 <100 B-167 0-2 <100 B-178 6-8 440 B-182 2-4 <100 PLATE A.189 R NE ENG E E R I MG SWELL TEST RESULTS EST: 1972 Walsh Ranch PA5 Southwest of The Walsh Ranch Community and 1-20 Fort Worth, Texas Rone Project Number: 22-26749 Swell Depth Liquid Plasticity Initial MC Final MC Load Boring Plastic Limit Pressure a Swell (/o) (ft) Limit Index o (/o) ( % ) sf (p ) (psf) B-1 9 49 19 30 16 22 1125 -- 5.0 B-2 3 64 25 39 15 23 375 -- 9.5 B-4 9 48 20 28 22 28 1125 -- 5.9 B-7 9 45 19 26 14 17 1125 -- 1.3 B-8 3 41 22 19 8 21 375 -- 4.4 B-12 5 38 19 19 9 19 625 -- 3.6 B-13 9 44 16 29 34 35 1125 -- 1.4 B-14 7 51 16 35 26 29 875 -- 1.4 B-16 5 42 14 28 10 20 625 -- 1.9 B-17 3 50 17 33 18 26 375 -- 1.2 B-19 7 31 15 16 13 18 875 -- 0.0 B-21 7 41 17 24 21 23 875 -- 0.7 B-24 7 45 14 31 14 19 875 -- 1.2 B-27 3 50 16 34 11 28 375 -- 0.0 B-31 7 47 14 33 10 20 875 -- 1.4 B-39 9 58 17 42 17 19 1125 2,000 0.9 B-50 9 76 24 53 26 30 1125 -- 3.7 B-52 3 58 20 39 24 29 375 -- 5.5 B-54 9 50 18 32 23 25 1125 -- 0.8 B-55 3 49 16 33 13 20 375 -- 6.6 B-61 5 50 18 32 6 22 625 -- 0.0 B-63 5 42 13 29 10 21 625 -- 2.1 B-64 3 59 17 41 13 29 375 -- 2.9 B-65 7 52 15 36 17 28 875 6,500 7.4 B-67 9 51 14 37 20 24 1125 -- 1.4 B-69 3 49 16 33 10 18 375 -- 4.5 B-70 5 56 19 37 14 22 625 -- 6.7 B-78 5 64 19 45 17 33 625 -- 5.2 B-79 3 70 15 55 -3 20 375 -- 3.7 B-81 3 54 22 32 14 21 375 -- 5.2 B-82 5 51 17 33 13 23 625 -- 0.2 B-84 9 72 29 43 29 34 1125 -- 1.1 B-85 3 29 10 19 15 21 375 -- 0.0 B-91 3 37 16 21 9 23 375 -- 0.1 B-94 9 57 18 39 10 16 1125 -- 0.0 B-95 3 55 19 36 13 23 375 -- 3.5 B-97 9 47 16 31 19 21 1125 -- 0.0 B-103 9 50 18 31 19 20 1125 -- 0.0 B-108 7 40 14 26 13 18 875 -- 2.2 PLATE A.190a R NE E NG E E RIiJG ,: rji 1972. SWELL TEST RESULTS Walsh Ranch PA5 Southwest of The Walsh Ranch Community and 1-20 Fort Worth, Texas Rone Project Number: 22-26749 Depth Liquid Plasticity Initial MC Final MC Load Swell Boring Plastic Limit Pressure a Swell (/o) (ft) Limit Index o (/o) % ( ) sf (p ) sf B-111 5 69 22 46 16 27 625 -- 6.6 B-112 14 55 21 34 20 24 1750 -- 1.4 B-113 5 46 16 30 13 25 625 -- 4.4 B-114 7 51 16 35 16 21 875 -- 1.3 B-115 9 63 22 41 16 21 1125 -- 0.8 B-117 5 47 22 25 16 23 625 -- 6.8 B-118 7 41 16 25 14 20 875 -- 0.1 B-119 9 67 22 45 32 39 1125 -- 3.2 B-120 5 31 19 12 10 24 625 -- 0.0 B-128 9 48 16 32 29 34 1125 -- 1.9 B-129 3 63 19 44 12 23 375 -- 5.0 B-130 5 65 23 42 15 28 625 -- 7.6 B-132 3 43 16 26 11 24 375 -- 2.6 B-133 3 51 20 30 18 24 375 -- 2.9 B-134 5 41 19 22 9 24 625 -- 0.0 B-135 9 53 18 35 18 22 1125 -- 3.4 B-136 7 47 19 28 18 35 875 -- 0.0 B-140 5 46 16 30 11 18 625 -- 5.3 B-141 7 34 15 19 11 18 875 -- 0.7 B-142 3 49 21 28 16 27 375 -- 0.1 B-146 5 43 16 26 9 24 625 -- 0.1 B-149 3 56 17 39 12 21 375 -- 9.6 B-152 3 48 16 33 10 23 375 -- 6.1 B-153 3 63 18 45 16 34 375 -- 14.2 B-157 7 33 15 19 17 20 875 1,100 0.2 B-160 7 62 18 44 20 32 875 -- 4.5 B-161 1 49 20 29 9 23 125 -- 9.6 B-162 3 53 17 36 12 27 375 -- 0.5 B-163 3 49 20 29 10 20 375 -- 6.0 PLATE A.190b NE E NG ,T. ., . Swell Pressure Test Project Name Walsh Ranch PA5 Test End Date September 16, 2022 Project No. 22-26749 Reviewed By S. Williams Description Tan Fat Clay with sand and trace gravel USCS CH Initial Final Boring No. B-39 Moisture Content, (%) 16.7 18.7 Depth, (ft) 8-10, Penetrometer, (tsf) 4.5+ 4.50 Percent Swell, in -situ 0.9% Dry Unit Weight, (pcf) 111.2 109.4 Liquid Limit 58 Saturation, (%) 90.3 96.1 Plasticity Index 42 Void Ratio, (e) 0.492 0.518 Passing No. 200, (%) 73 Specific Volume, (v) 1.49 1.52 Specific Gravity, (GS) 2.66 Restraining Pressure, (psf) 1,996 1,125 1.00% 0.90% 0.80% 0.70% 0.60% Cn 0.50% 7i u y 0.40% 0.30% 0.20% 0.10% 0.00% 0 5 10 1.520 1.515 1.510 1.505 E ' 1.500 1.495 c 1.490 y 1.485 1.480 1.475 A' . --A* - -A-�-T­T' ,. Restraining Pressure . •�• • returned to in -situ state at _A this time 2,500 2,000 500 1 0 15 30 60 120 180 240 300 360 1,440 2,880 4,320 5,760 Time (mins) --*—Time vs. Vertical Swell - *- Time vs. Restraining Pressure 16.7 Moisture Content (%) ONE 18.7 w a U) 4) W PLATE A.191 "//1" —_Iwa, R JEE N G E -ST 1972 Swell Pressure Test Project Name Walsh Ranch PA5 Test End Date October 24, 2022 Project No. 22-26749 Reviewed By S. Williams Description Tan Fat Clay with gravel and trace sand USCS CH Initial Boring No. B-65 Moisture Content, (%) 17.1 Depth, (ft) 6-8' Penetrometer, (tsf) 4.5+ Percent Swell, in -situ 7.4% Dry Unit Weight, (pcf) 111.8 Liquid Limit 52 Saturation, (%) 94.5 Plasticity Index 36 Void Ratio, (e) 0.479 Passing No. 200, (%) 71 Specific Volume, (v) 1.48 Specific Gravity, (GS) 2.65 Restraining Pressure, (psf) 6,472 8.00% 7.00% ...................................... ................ ................ ................ ............................................................... .� �.. 6.00% Restraining Pressure returned to in -situ state at this timeJA ' ' 0 5.00% • ' — _ 3 . A ........................................_ ............... ' .... Cl) 4.00% — — -a u *. !. 3.00% — ; 2.00% ....................... ...........A:..... ......., ..............., ..............., ................................................................................................................................................ ........................ - . ......... 1.00% _T ..... ....... ....... ........ ....... ........ . ... ....... ........ ........ ........ ....... ..... . ....... _T ------- 0.00% - I I 1 0, 0, 0, - - 0 - - - I I I 000 ��O �00 OHO 000 0�111 �00 Time (mins) --*—Time vs. Vertical Swell - *- Time vs. Restraining Pressure 1.650 1.600 E E 1.550 0 0 1.500 111� c to 1.450 1.400 17.1 Moisture Content (%) 28.1 Final 28.1 4.50 102.2 120.4 0.618 1.62 875 7,000 6.000 5,000 N a d 3 4,000 a a rn 3,000 S N 2,000 w 1,000 0 PLATE A.192 R NE E IN G91 F R I N G Project Name Walsh Ranch PA5 Project No. 22-26749 Description Tan Sandy Clayey Gravel USCS GC Boring No. B-157 Depth, (ft) 6-81 Percent Swell, in -situ 0.2% Liquid Limit 45 Plasticity Index 28 Passing No. 200, (%) 82 Specific Gravity, (Gs) 2.66 0.25% '77TT 0.20% A� ...... .... ....... ........ ....... ................ ...... .R. ... ........ ........ ..... 0. 15% 'Ri .2 t 0.10% Swell Pressure Test Test End Date November 7, 2022 Reviewed By S. Williams Initial Moisture Content, (%) 16.7 Penetrometer, (tsf) 4.50 Dry Unit Weight, (pcf) 108.6 Saturation, (%) 84.1 Void Ratio, (e) 0.528 Specific Volume, (v) 1.53 Restraining Pressure, (psf) 1,085 Restraining Pressure returned to in -situ state at this time Final 19.6 3.00 106.0 92.1 0.566 1.57 875 —r 1,200 %] I ........ ....... J ........ ...... + 1,000 •Ar - CL ....... .... . ........ ........ ....... ........ ....... . 800 a; U) U) 600 IL rn .S 400 y T ........ ....... T........ . ........ ........ ........ ........ ....... . 200 0-05% __T T 0.00% 11111 0 0 0 p �O �O ^�O ^�O ��O ��O ��O ,Z) (Z' 4Z 7 7 '7 'Z Time (mins) --*—Time vs. Vertical Swell - *- Time vs. Restraining Pressure 1.570 1.560 ;Z.1.550 E = 1.540 1.530 1.520 1.510 1.500 16.7 Moisture Content (%) 19.6 PLATE A.193 100 aE :l 70 a 30 20 10 0 1000 U.S. Standard Sieve U.S. Standard Sieve Numbers N O co co M M N N 100 10 1 Grain Size - mm Legend Sample No Depth, ft % Gravel % Sand ZY B-19 6-8' 1.2 13.9 Material Description Tan Lean Clay (CL) with trace sand and gravel RCINE E N G E E R I N G EST: 1972 Hydrometer 0.1 0.01 0.001 %Silt I %Clay 43.7 41.1 RESULTS OF SIEVE ANALYSIS Walsh Ranch PA5 Fort Worth, Texas Rone Engineering Services, Ltd. 22-26749 1 PLATE A.194 100 aE .l 70 a 30 20 10 0 1000 U.S. Standard Sieve U.S. Standard Sieve Numbers N O co co M M N N 100 10 1 Grain Size - mm Legend Sample No Depth, ft % Gravel B-157 6-8' 3.7 Material Description Tan Sandy Lean Clay (CL) 9GE VNG % Sand 30.0 Hydrometer 0.1 0.01 %Silt I %Clay 42.6 23.7 0.001 RESULTS OF SIEVE ANALYSIS Walsh Ranch PA5 Fort Worth, Texas Rone Engineering Services, Ltd. 22-26749 1 PLATE A.195 100 aE :l 70 a 30 20 10 0 1000 U.S. Standard Sieve N Co co M M U.S. Star O O da rd Sieve Numbers Hydrometer �O p O 100 10 1 Grain Size - mm Legend Sample No Depth, ft % Gravel % Sand ZY I B-177 I 2-4' 0.0 I 1.7 Material Description Tan Fat Clay (CH) 9G] NE E R I N G EST: 1972 0.1 0.01 %Silt I %Clay 53.4 45.0 0.001 RESULTS OF SIEVE ANALYSIS Walsh Ranch PA5 Fort Worth, Texas Rone Engineering Services, Ltd. 22-26749 1 PLATE A.196 /_1W»►19]/:vno] R NE FIELD EXPLORATION Subsurface conditions were defined by 183 sample borings located as shown on the Boring Location Diagrams, Plate A. 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. The results of each boring are shown graphically on the Logs of Boring. 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 of Boring are presented in the appendix section of the report. 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'/4 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 standard 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 sealed and returned to our laboratory for further examination and testing. The rock and rock -like materials encountered in the borings were evaluated with a modified version of the Texas Cone Penetration test. Texas Department of Transportation (TX -DOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely AN Rq'J falling 24 inches. This results in 340 foot-pounds of energy for each hammer blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot- pounds of energy per blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at the respective test depths as blows-per-6-inches on the log of boring. In hard materials (rock or rock -like), the penetrometer cone is driven and the resulting penetration distances are recorded in inches for the first and second sets of 50 blows, for a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the logs of boring. Groundwater observations during and at completion of drilling are shown on the Logs of Boring. Upon completion, the boreholes were backfilled with auger cuttings to the ground surface. B.1 R NE LABORATORY TESTING General 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 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 determinations, 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 Atterberg Limits Percentage of Particles Passing the No. 200 Sieve Moisture Content Dry Unit Weight Unconfined Compressive Strength Free Swell Test Swell Pressure Test Hydrometer Soluble Sulfate Concentration Free Swell Test ASTM Standard Number D4318 D1140 D2216 D2167 D2166 D4546, Method B N.A. D7929 TEX-145-E A soil sample is placed in a steel ring 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 included in Appendix A. LIN RNE J` Swell Pressure Test (Constant Volume Swell) A sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and begin increasing the normal load in increments as necessary to restrain any swelling. The test is continued until the swelling pressure is fully developed. Then unload the soil to the estimated overburden pressure. Detailed swell test results are shown in Appendix A. Unconfined Compression Strength Test - Soil In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain until failure occurs. Strengths determined by this test are tabulated at their respective sample depths on the Logs of Boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. Hydrometer Test A representative sample of the material is thoroughly mixed with water and a dispersing agent, and placed into a cylindrical column of water. A sphygmomanometer is used to measure the decrease in density of the soil/water slurry as soil particles settle out of the mixture. The rate in density change is used to determine the particle size distribution of material finer than the No. 200 sieve. Soluble Sulfate Concentration Tests A small sample is dried, crushed, and ground, and then mixed into a container of distilled water and allowed to soak at least 12 hours. After soaking, the solution is stirred again, and the soil is filtered from the water. A sulfate test tablet is dissolved into a small amount of the filtered water, and the amount of light passing through the resulting solution is measured using a colorimeter to determine sulfate content. Soluble sulfate test results are summarized in Appendix A. B.2 Rone Specification 400 RC)NE �f LIME STABILIZATION OF COMPACTED CLAYEY SOILS 1. Description Mix and compact lime and water with in -place, pre -compacted clayey soil in order to construct a lime stabilized subgrade in accordance with this specification and as required by the geotechnical report and site design plans and specifications. 2. Materials 2.1 Lime Furnish hydrated (slaked) lime, commercial lime slurry, quicklime, or carbide lime slurry that meets the requirements of DMS-6350, "Lime and Lime Slurry" and DMS-6330 "Pre -Qualification of Lime Sources." Do not use quicklime when sulfates are present in quantities greater than 3,000 ppm. When furnishing quicklime, provide it in bulk. 2.2 Water Furnish potable water free of and wastes and other deleterious or objectionable material. 2.3 In -Place Clay Soils In accordance with Rone's geotechnical report. 2.4 Mix Design Rone will provide the required lime mix percentage in accordance with the geotechnical report. 3. Equipment Furnish equipment in accordance with Item 260 of the latest edition of the Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation (TxDOT). 4. Construction Construct the lime -stabilized subgrade as required by the geotechnical report and design specifications in accordance with the following construction steps. 4.1 In -Place, Pre -Compacted Grades The in -place clay subgrade must be fully compacted using kneading compaction wet -of the optimum moisture contents in construction in full accordance with Rone's compaction control specifications as provided in the geotechnical report or report addendum, and to the lines and grades required in the project plans and specifications. The moisture states of the finished grades shall have been maintained in accordance with the geotechnical report. 4.2 Preparation of the In -Place, Pre -Compacted Grades 5/19/21 Lightly spray the grade surface with water. If visible drying has occurred on the grade surfaces since compaction, spray additional water in those areas as may be needed to establish a Page 1 of 3 B.3 Rone Specification 400 wetted surface and preserve the wet -of -optimum moisture states established during compaction. Allow soak time before scarifying any areas requiring more significant wetting. 4.3 Scarification Use a road mixer to fully scarify and pulverize the in -place grades to the design stabilization depth. The pre -kneaded clays will pulverize to optimal surface area exposure for lime coating and mixing. Spray any scarified soils that appear visibly dry. The scarified depth must appear visibly well pulverized and moist before application of lime. 4.4 Application 5/19/21 Uniformly apply lime using dry or slurry placement as shown on the plans or as directed. Slurry placement is recommended for most efficient hydration and stabilization. Add lime at the required percentage in accordance with the geotechnical report. Apply lime only on areas where mixing can be completed during the same working day. Start lime application only when the air temperature is at least 350F and rising or is at least 40°F. Temperatures must be taken in the shade and away from artificial heat. Lime may not be applied during rainfall. Suspend application when weather conditions become unsuitable. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. Use of quicklime can be hazardous. Inform users of the recommended precautions for handling and storage. 4.4.1 Slurry Placement Provide lime slurry free of objectionable materials, at or above the minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application. Deliver commercial lime slurry or carbide lime slurry to the jobsite, or use hydrated lime or quicklime to prepare lime slurry at the jobsite or other approved location, as specified. When dry quicklime is applied as slurry, use 80% of the amount required. Distribute the prepared slurry uniformly over measured sections of the scarified grades until the specified lime content is reached. Uniformly spread the residue from quicklime slurry over the length of the section being processed. 4.4.2 Dry Placement Distribute the required quantity of hydrated lime or pebble grade quicklime with approved equipment. Only hydrated lime may be distributed by bag. Do not use a motor grader to spread hydrated lime. Page 2 of 3 B.3 RC)NE Rone Specification 400 5. Mixing Begin mixing within 2 hours of application. Hydrated lime shall not be exposed to the open air for more than 3 hours. When pebble grade quicklime is placed dry, mixing must be done immediately after application. Mixing must be conducted thoroughly and uniformly using a road mixer. Allow the lime mixture to soak, hydrate and flocculate the pulverized clay soil for at least 4 hours and no more than 24 hours. Add water as needed to maintain a moist condition and prevent excessive drying to support hydration and chemical reaction during and after mixing and prior to compaction. Mixed soils should not be exposed to rain prior to compaction. Mixed soils exposed to rain prior to compaction may require full rework with reapplication of lime and remixing. 6. Compaction After 4 to 24 hours, the mixed layer may be compacted. The mixed lift must be fully and uniformly compacted with a footed compactor wet -of the optimum moisture contents generated during compaction in accordance with the compaction specifications provided in the geotechnical report. The footed compactors must be utilized in static mode, without vibration. Full compaction must occur before any heavy rainfall. 7. Finishing Immediately after completing compaction, blade and smooth roll the surface as needed to establish a smooth surface to the required design lines and grades. Add small amounts of water if and where needed during shaping and rolling. 8. Curing Cure the stabilized subgrade for at least 24 hours and as needed to establish a sturdy working surface before traversing with construction traffic and subsequent construction. Maintain moisture as may be needed during curing. 5/19/21 Page 3 of 3 B.3 APPENDIX C . Pnnfnnhninni Cnninnnninn Dnnnnf The Geoprofessional Business Association (GBA) has prepared this advisory to help you — assumedly a client representative — interpret and apply this geotechnical-engineering report as effectively as possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface conditions at project sites and development of them that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Active engagement in GBA exposes geotechnical engineers to a wide array of risk -confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Understand the Geotechnical-Engineering Services Provided for this Report Geotechnical-engineering services typically include the planning, collection, interpretation, and analysis of exploratory data from widely spaced borings and/or test pits. Field data are combined with results from laboratory tests of soil and rock samples obtained from field exploration (if applicable), observations made during site reconnaissance, and historical information to form one or more models of the expected subsurface conditions beneath the site. Local geology and alterations of the site surface and subsurface by previous and proposed construction are also important considerations. Geotechnical engineers apply their engineering training, experience, and judgment to adapt the requirements of the prospective project to the subsurface model(s). Estimates are made of the subsurface conditions that will likely be exposed during construction as well as the expected performance of foundations and other structures being planned and/or affected by construction activities. The culmination of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussion of the subsurface model(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given requirements of the project. These reports may be titled investigations, explorations, studies, assessments, or evaluations. Regardless of the title used, the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context of the project and does not represent a close examination, systematic inquiry, or thorough investigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geotechnical engineers structure their services to meet the specific needs, goals, and risk management preferences of their clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil -works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical-engineering report is unique, prepared solely for the client. Likewise, geotechnical-engineering services are performed for a specific project and purpose. For example, it is unlikely that a geotechnical- engineering study for a refrigerated warehouse will be the same as one prepared for a parking garage; and a few borings drilled during a preliminary study to evaluate site feasibility will not be adequate to develop geotechnical design recommendations for the project. Do not rely on this report if your geotechnical engineer prepared it: • for a different client; • for a different project or purpose; • for a different site (that may or may not include all or a portion of the original site); or • before important events occurred at the site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, the reliability of a geotechnical-engineering report can be affected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools. If you are the least bit uncertain about the continued reliability of this report, contact your geotechnical engineer before applying the recommendations in it. A minor amount of additional testing or analysis after the passage of time - if any is required at all - could prevent major problems. Read this Report in Full Costly problems have occurred because those relying on a geotechnical- engineering report did not read the report in its entirety. Do not rely on an executive summary. Do not read selective elements only. Read and refer to the report in full. You Need to Inform Your Geotechnical Engineer About Change Your geotechnical engineer considered unique, project -specific factors when developing the scope of study behind this report and developing the confirmation -dependent recommendations the report conveys. Typical changes that could erode the reliability of this report include those that affect: • the site's size or shape; • the elevation, configuration, location, orientation, function or weight of the proposed structure and the desired performance criteria; • the composition of the design team; or • project ownership. As a general rule, always inform your geotechnical engineer of project or site changes - even minor ones - and request an assessment of their impact. The geotechnical engineer who prepared this report cannot accept responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would have considered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction begins, geotechnical engineers explore a site's subsurface using various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specific locations where sampling and testing is performed. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who then applied professional judgement to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions may differ - maybe significantly - from those indicated in this report. Confront that risk by retaining your geotechnical engineer to serve on the design team through project completion to obtain informed guidance quickly, whenever needed. This Report's Recommendations Are Confirmation -Dependent The recommendations included in this report - including any options or alternatives - are confirmation -dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgement and opinion to do so. Your geotechnical engineer can finalize the recommendations only after observing actual subsurface conditions exposed during construction. If through observation your geotechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. The geotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation -dependent recommendations if you fail to retain that engineer to perform construction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a continuing member of the design team, to: • confer with other design -team members; • help develop specifications; • review pertinent elements of other design professionals' plans and specifications; and • be available whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction - phase observations. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated -subsurface -conditions liability to constructors by limiting the information they provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, with your contract documents, but be certain to note conspicuously that you've included the material for information purposes only. To avoid misunderstanding, you may also want to note that "informational purposes" means constructors have no right to rely on the interpretations, opinions, conclusions, or recommendations in the report. Be certain that constructors know they may learn about specific project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. This happens in part because soil and rock on project sites are typically heterogeneous and not manufactured materials with well-defined engineering properties like steel and concrete. That lack of understanding has nurtured unrealistic expectations that have resulted in disappointments, delays, cost overruns, claims, and disputes. To confront that risk, geotechnical engineers commonly include explanatory provisions in their reports. Sometimes labeled "limitations;' many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenviron mental Concerns Are Not Covered The personnel, equipment, and techniques used to perform an environmental study - e.g., a "phase -one" or "phase -two" environmental site assessment - differ significantly from those used to perform a geotechnical-engineering study. For that reason, a geotechnical-engineering report does not usually provide environmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated subsurface environmental problems have led to project failures. If you have not obtained your own environmental information about the project site, ask your geotechnical consultant for a recommendation on how to find environmental risk -management guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, the engineer's services were not designed, conducted, or intended to prevent migration of moisture - including water vapor - from the soil through building slabs and walls and into the building interior, where it can cause mold growth and material -performance deficiencies. Accordingly, proper implementation of the geotechnical engineer's recommendations will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building -envelope or mold specialists on the design team. Geotechnical engineers are not building -envelope or mold specialists. DAM GEOPROFESSIONAL BUSINESS - 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 GBM 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 00 Product Requirements CITY OF FORT WORTH FORT !'1' i�T Q RT H WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowme ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water &Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) * 33 05 13 IManhole Frames and Covers I Westem Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 3305 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley It. Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 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 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products MR32FTWSS-DC 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete ( tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 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 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" Manhole, nrng an at top, 09/0324 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transmon es Con ASTM C 478 48" to 84" LD. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 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 33 3920 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 Geneva Pie and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 61" LD. Manhole w/32" Con: ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, Rockgards:p 48" & 60" I.D. Manhole w/32" Conc 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amite:h USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Wastewater Access Chamber I Onickstream Solutions, Inc. Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Ouadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Pe —mom 4/20/01 E1-14 Manhole Rehab System Strong Company 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System 08/30/06 General Concrete Repair FlexKrete Technologies Type 8 Maintenace Shaft (Poopit) Relmer MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration ASTM D5813 Vinyl Polyester Reparr Product For use when Sod. MH cannot be installed due to depth Misc. Use * From Original Standard Products List 1 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spravrog, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protecticn(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 OS 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 Water & Sewer - Manhole Inserts - Field Onerations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 0-1-ISCasing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manuf Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE) , __ ,,. , , 8" - 12" (Sewer Only) Water & Sewer - 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, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coating [s/EDo%v 33-39-60 (01/08/13). 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatines/Polvurethane 3" thru 24" 4" thin 30" 4" thin 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - PiDes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P lanhole,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. hic. ASTM C 76 Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscam 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 - PiDe/Fiberelass Reinforced/ 33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 3331 13 Fiberglass Pipe (FRP) Superlit Bum Sanavi A.S. Superlit FRP ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH FORT !'1' i�T Q RT H WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvnter Pioe 4/14/05 Polymer Modified Concrete Pro, —'to- USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to I Q", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pioe Reinforced Polymer Concrete Pose ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/13), * High -density polyethylene pipe Phillips Dnscopipe, Inc. Ooticore Ductile Polyethylene Pipe ASTM D 1248 8" * H:gh-densny polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro Condud/Pioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PIDes/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe P,pelife Jctstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer P' 1-M Manufacturin\v�Co, Ina (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Dtamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pioelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pioelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 1 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2' SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/201. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSE 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2 B-25000N, B-20200N-3,H-15000N, H- AWWA C800, 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" 0/5121/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steep JCM Industries, hic. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E I-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2' & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 Centurion AW WA 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 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Water- Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT !'1' i�T Q RT H , WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin (tech PVC Pie DR18 ASTM D1784 16"-18" AWWA C900, AWWA C605, 09/03/24 33-I1-12 PVC Pressure Pie Northern Pie Products DR14 ASTM D17M 4"-16" AW WA C900, AW WA C605, 09/03/24 33-1142 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 1 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSI/NSF 61 16"-24" 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(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - PioesNalves & Fittinas/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & Cl to * 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 AW WA C 153, C 110, C III 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXiii-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co.fUni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" 124" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/CI16/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/CI16/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI I I/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIo AW WA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLUE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 .111-18 33-1141 Mechanical Joint Retamor Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4 -12 EZ Grip Joint Restraint (EZD) Red for C900 .111-18 33-1141 Mechanical Joint -at.- Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Approval Spec No. �Classsification J Valve* 33Manufacturer Water Pil) & Fittings/Resilient Seated Gate (05/13/15) Model No. National Spec Size - alves Resilient Wedged Gate Valve w/no Gears -12-20 American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SO 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Settled GV AW WA C509 4" to 12" I I01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient WedgF Gate Valve Clow Valve Co. Clow Valve Modal 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockh un Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * 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 FImMaster Gat. Valve & Box.a 08/24/18 Mateo Gate Valve Mateo-Norea 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatm American Butterfly Valve Valmatic Valve and Manufacturing Com. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated ButterflyValve G. A. Industries Golden Anderson AW WA C504 Butter fly Valve AW WA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated ButterFl Valve American AVK Com an AW WA C504 Butterfl Valve Class 250B AW WA C-504 24" - 48" Water - Polved vlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I I I Water - SamDline Station I I 09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze Proof. Hasp for Locking Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/21/20 Automated Flushing System Mueller Hydrostuard HG2-A-IN--2-PVC-018-LPLG(Perinanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether car not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Class A (Sidewalk, ADA Ramps, Driveways, Curb/Guner, Median Pavement) 9/92022 03 30 00 Ma Design American carte C'sawy 30CAF029 9/92022 03 30 00 M. Design Argos DIOOOOO1043S 9/9/2022 03 30 00 M. Design Argos DIOOO0001055 6/24/2024 03 30 00 M. Design MR Town Concrete 302050-1 9/92022 03 30 00 M. Design Bum.. Texas 30U101AG 4/12024 03 30 00 M. Dcagn Bumco Texas 30USOOBG 9/92022 033000 M. Des Carder Concrete FWCC502001 9/92022 033000 M. Design Carder Concrete FWCC502021 9/92022 033000 Ma Design Charleys Concrete 3759 9/9/2022 033000 Ma Design Charleys Concrete 4502 9/92022 033000 Ma Design Chisholm Tral Rcdr Ma C13020AE 9/92022 033000 Ma Design City Concrete Company 30HA2011 9/92022 03 30 00 Ma Design Cow Town Rcdr Ma 253-W 9/92022 033000 Ma Design Cow To—Rcdr Ma 250 9/92022 033000 Ma Design Cow To—Rcdr Ma 350 1/29/2024 033000 Ma Design Espada Ready M. R3050AEWR 9/92022 03 30 00 Mix Design GCH Concrete Services GCH4000 9/92022 033000 Mix Design Holcn-SOR, We 1261 9/92022 033000 Mix Design Holcn-SOR, Jac 5177 9/92022 03 30 00 M. Design Holcim - SOR, Wc. 5409 9/92022 033000 M. Design Wgmm Concrete&Aggregates 2MWR-147QW5D5 9/9/2022 03 30 00 M. Design Ing = Concrete & Aggregates 2MWR-70J23504 4/72023 033000 M. Design Liquid Stone C301D 9/92022 03 30 00 M. Design Mart. Manctta R2136214 9/92022 03 30 00 M. Design Mart. Manetta R2136014 4/12023 03 30 00 M. Design Man. Mnetta R21361414 6/12023 03 30 00 M. Design Man. Mancha R2136R20 6/12023 033000 Ma Design Mart. Mancha R21361420 112/2022 033000 Ma Design Mal. Mancha R2141K24 8/42023 033000 Ma Design Marta, Manetta R2136R14 4/72023 03 30 00 Ma Design Martin Mancha R2136K14 9/92022 03 30 00 Ma Design Mat. Manetta R2131314 9/92022 03 30 00 Ma Design Mart. Manetta R2132214 9/92022 03 30 00 Ma Design Mart. Manctta D9490SC 10/4/2023 033000 Ma Design NBRReady Mue CLS A-YY 1 OA/2023 033000 Mix Design NBR Ready Mix CLS A -NY 033000 Mix Des.g Osbum 30A50MR 17/10/2023 I/18/2023 03 30 00 Mix Design Rapid Rcdr Mix RRM5020A 11/24/2023 03 30 00 M. Design Rapid Redi M. RRM5525A �9/9/2022 03 30 00 M. Design Redr-Mix IOLI1504 9/92022 03 30 00 Ma Design Redr-Min 10J11524 9/9/2022 03 30 00 M. Design Redr-Min VOJ11524 9/92022 03 30 00 M. Design SRM Concrete 30050 9/92022 03 30 00 M. Design Tarrant Concrete FW5025A 9/92022 03 30 00 M. Design Tarrant Concrete CP5020A 10/102/22 133110 Mw Design Taman Comets TCFW5020A 9/9/2022 033000 M. Design Tarrant Concrete FW5525A2 9/9/2022 3 30 00 033000 Ma Design Trin Ready Min 3020AE 9/9/2022 03 3000 Ma Design Tme Gnt Redr Ma 0250 230 9/9/2022 03 30 00 Ma DeZ Tme Gnt Redr M. 0250 2301 Class CB (In Manholes, Junction Boxes,k.ncasement. Blocicht, Collars, Liehtpc Ie Foundations) 9/92022 0330 00 Mu Design American Concrete Company 40CNF065 9/9/2022 03 30 00 M. Design Argos D70000001061 9/9/2022 03 30 00 M. Design Argos D70000001055 9/9/2022 03 30 00 Mu Design Argos DI000001615 9/92022 03 30 00 M. Design ChaWy's Cncretc 4502 9/92022 03 30 00 M. Design Bumco Texas 40U5OOBG 9/92022 03 30 00 M. Design Cow Town Rcdr M. 255-2 9/92022 033000 M. Design Cow Town Rcdr Ma 355 9/92022 03 30 00 Ma Design Cow Town Redr Ma 255 9/9/2022 03 30 00 Ma Design Cow Town Redr Ma 2" 9/92022 03 30 00 Ma Design Cow Town Redr Ma 370 9/9/2022 03 30 00 Ma Design Cow Town Red, Ma 353 9/92022 03 30 00 Ma Design Cow Town Red, Ma 257 9/92022 03 30 00 Ma Design Cow Towv Red, Ma 357 9/92022 033000 Ma Design Holcn-SOR, Wc. 1701 9/92022 033000 Ma Design Holcn-SOR, Wc. 1551 9/92022 033000 Mix Design Holcn-SOR, Wc. 5409 4272023 033000 Mix Design Lrqurd Stan, C361DNFA 9/92022 03 30 00 Mix Design Mann Marc. R2141230 8/4/2023 03 30 00 M. Design Mat. Manetta R2141 R24 11202023 03 30 00 M. Design Mart. Manetta R2146R33 11/20/2023 03 30 00 M. Design Mart. M.—R2146K33 9/9/2022 03 30 00 M. Design Mart. M.—R2142233 9/9/2022 03 30 00 M. Design Mart. Matta R2136224 9/9/2022 03 30 00 M. Design Mart. Matta R2141233 9/9/2022 03 30 00 M. Design Mart. Matta R2146038 8/42023 03 30 00 M. Design Mart. Mancha R2146R35 9/122023 3 30 00 033000 Ma Design NOR Ready Ma CLS PI-YY 9/9/2022 03 30 00 Ma Design NOR Ready M. TX CYY 9/9/2022 033000 3 30 00 Ma Design NOR Ready Ma TX C-NY 1/182023 033000 Ma Design Rapid Rcdr Ma RRM5320A 1/18/2023 03 30 00 Ma Design Rapid Rc& Ma RRM6020ASS 9/9/2022 033000 Ma Design Rd AA. IRJ11524 9/9/2022 03 30 00 Ma Design Rd AA. 15611524 12/5/2022 03 30 00 M. Design Redr-M. IOK115C4 )00 psr Concrete for Sidewalks & ADA Ramps )00 psr Concrete for Sidewalks, Curbs )00 psr Coa—Ir for Wlets, Juvclinn Boxes, Manholes, Chanel L.—, Sidewalks, Dnveways, Curb & Guner )00 psr Covaele for Curbs and Stdewalks )00 psr Concrete Mu for Fiomcrk )OOpsi Coac.. Ma for Sidewalks )00 psr for Sidewalk,, Dnveways, Ramps, Cmb &Gutter, FWtwork 500 psr concrete for Sidewalk,, Dnveways, Ramps, Cmb &Gutter )00 psr Concrete Ma for Sidewalks )00 psr Concrete Ma for Sidewalks )00 psr Comets for D—ays, Curb & Gutter )00 psr Comets Ma for Blocking Sidewalks, Fl—.,k, I.& )00 psi Concrete Ma Sidewalks, ADA Ramps, Dnveways, Curb & Guva, Safety End Treatments, Non-TxDOT Reta..g Walls )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks, Ramps, Wlets, and Manholes )00 psi Concrete for for Sidewalks, Ramps, Headwalls, laic., and Simm Drain Sao— )00 psi Coccrete Mix for Sidewalks )00 psi Coccrete Mix for Sidewalks )00 On Cmv r Ma f Sidewalks, h I N )00 On Cm,,(, Ma for Sidewalks, ADA Ramps )00 On Corset, for Sidewalk, ADA Ramps 000 psi Cc— for Sidewalks, Approaches, and Dnveways. 000 psi C—.w for Sidewalks & Ramps 000 pa C—.w for Sidewalks & Ramps 00 sack / 3,000 psr cenc.. for Sidewalks 000 psr Coac.. for Sidewalks and Ramps 000 psr Coac.. for Sidewalks and Ramps 000 psr Concrete for J.-- Boxes, Sidewalks and Ramps 00 such / 3,500 psr Concrete for Sidewalks and Ramps 000 psr concrete for sidewalks and ramps 000 psr Concrete for Sidewalks & Ramps 000 psr Concrete for Sidewalks & Ramps 000 pa Concrete for Sidewalks & Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks & Ramps, and Curb & Gutter 00 Sacks / 3,000 psi Concrete for Salmalks & Ramps, and Curb & Gutter SK / 3,000 psi Concrete for Sidewalks )00 pa Coccrete bar Curb, Gutter, Driveways, Sidewalk, Ramps 500 tanConcrete for Valley Guars, Sidewalks, Approaches, ADA Ramps 00 Swka / 4,000 psr Cormt, Ma for Sidewalks, Curb & Gutter, Sewer Manhole, WIGs, & Ju..boa Bones )00 psr Co...:: Ma f Dnveways, Sidewalks, ADA Ramps )00 psi Covc.AMa for Curb & Guner 000 psi Cc— for Sidewalks, Ramps, WIe6, Ju..boa Boxes, Thmst Blocks, Curb and Gulley, Dnveways, Bamer Ramp )00 psr Concrete Ma for Curb & Gulley, Dra, w ys, Sidewalk, ADA Ramps )00 psi Concrete M. for Curb and Gutter )00 psr Covcrele to, Sidewalks 500 psr Covcrele Ma for Sidewalks, Dnve Approaches, ADA Ramp, Curb and Gutter )00 psr Concrete for Sidewalk )00 psr Concrete Ma for Flam,,k, Curb &Gutter, Dnveways, Sidewalk,, ADA Ramps )00 psi Concrete Ma for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps psr Concrete for Manholes & Utility Snucmres psr Covcrele for 1r1-, Boxes, Evcasemml, Blocking OnCoracle for Wlets, Juvclinv Boxes, Manholes, Chanel Liners, Sidewalk, Dnveways, Curb & Gulley psr Covaele for Wlets, Boxes, Encasement, Blocking psr Covcrele Ma for Sidewalks, BWck.g psr Conaele Ma for Sturm Dram Stmclares, Dnveways, Screen Walls, Collate psr Concrete M�xf Wlel,, Thmst BWck.g Coacrele Encasemnt psi C=I, Ma for Inlets, Thmst Block.g Comets Evcasemnt psr Comets Ma for FWtw.&, Wlets, Thm,t Blocking Concrete Encasement psr Comets Ma for Cast -in -Place Box Culvert, psi Concrete Ma for Cast -in -Place Box CnIV psi Concrete Ma for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End T.—., Non-TxDOT Reta..g Walls psi Concrete ma for Valley Gutters, Lrghtpole Foundations pa Concrete Ma for Valley Go.., Ughtpole Foundations psr Concrete Ma for Sturm Dm. Stmcmres, Snrmry Sewer Manholes, Junction Box psi Concrete Ma for Block.g P.Coccrete Mix for Sidewalks, WIeN I psi Concrete for Rc..mg wall, dnveway, lunchm box apron, approach I psi Concrete for Manholes, filets & Headwalls, Valve Pads Sacks / 4,000 psr Concrete for Junctin Box, Box Culvert, Sidewalk and Ramps. Sack / 4,OOO psr Coracle Mix fin ClP Sewer Mnholes Sacks / 4,000 psr Cmmc, Ma for CIP Sewer Mmh.lcs ) psi Coccrete for Mnholes, Inlets & Headwalls DO psi Concrete for Curb Wlets DO psr Cm,,w for Storm Stmcmrea, Inlets, Bloclmg & Encasement DO psr Covent, for Wlels, Storm Dra. Stmcton s 1 Sacks / 4,500 psr Comets to, Wlets, Manholes, and Headwalls D Such / 4,000 psr Comets to, Collars, Mnholes, Box Culverts 10 psi Concrete Ma for Curb la1'N s)psi Concrete Ma for Curb Wlets b psr Comets for Blocking H) psi Concrete for Strom Dram Stmcttues IO psr Concrete Ma for Throat Blocks, Valve Pads IO psi Concrete Ma for Ca,b.-Place Storm Dmm Stmctures 10 On Coamir for Throat Blocks, VW, Pads 3-5" Slump; 3-(1%Ai, 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Aa 3-5" SWmp; 4.5-7.5%Aa 3-5" Slump; 3-6% Aa 3-5" Slump; 3-6% Aa 3-5" Slomp; 3-6% Aa 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Av 3-5" SWmp; 36%Au 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%Air 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Aa 3-5" SWmp; 3-6% Aa 3-5" Slump; 3-6% Aa 3-5" Slump; 3-6% Au 3-5" Slump; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" mp Slu; 36 Au % 3-5" Slump; 3-6% Au 3-5" Slump; 36% Av 3-5" SWmp; 36% An 3-5" SWmp; 36% Aa 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36 % Aa 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Aa 3-5" SWmp; 3-6% Aa 3-5" SWmp; 0-3%An 3-5" SWmp; 36%n A 3-5" SWmp; 36% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36%An 3-5" SWmp; 36 % An 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Aa 3-5" SWmp; 3-6% Aa 3-5" Slump; 3-6% Aa 3-5" Slump; 3-6% Aa 3-5" Slump; 3-6% Aa 3-5" Slump; 3-6% Au 3-5" Slomp; 36 % Au 3-5" Slomp; 36 % Au 3-5" Slump; 36 % Au 3-5" Slump; 36 % Av 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 311, SWmp; 4.5-7.5%An M" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36°/" Aa 3-5" SWmp; 36°/" Av 3-5" SWmp; 3-6% Ar 3-5" SWmp; 3-6% Aa 3-5" SWmp; 36°5 Aa 3-5" Slump; 3-6% Aa 3-5" Slump; 3-6% Au 3-5" Slump; 36 % Au 3-5" SWmp; 36%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 12/52022 1 03 30 00 Mu Des��f Redi-Mix 156115C4 4000 psi Concrete for CIP Stoma Draw Sm W,, 3-5" SWmp, 36% Ah 4000 Z 1112 2022 03 30 00 Mu Des Redi-Mu 14 P25P4 45500 psi Concr fr SWm Dmfl Smcmre, 3-5" SWmp, 3fi% 1 SRM Ct 5050 FW5320A and Collars 9/920224 03 30 00 M. Design TapanV Con aete 3000 psi Concrete MlxTfortBloakfg 3-5" SWm; 36% 1 10/102022 03 30 Mi. crate TCFW6025A2 4000 psi Concrete for Manholes 3-5" SWmp, 3fi%Ah C� X, m BA y{t` 4walls. Culverts. Dr Iled Shafh) Drilled fl.m - 9/92022 03 30 00 Ma Design Bumco Texas 36U500BG 3600 psi Concrete Mu for Lighting and Traffic Signal Foundations (Drilled Shafts) 5 5-7 5" SWmp; 3-6 An 6/21/2023 03 30 00 Mm Design Cow Town Redi Mu 360-DS 3600 psi Concrete for Drilled Shaft/U6tWg and Traffic Signal Foundation (DrM d Shafts) 5 5-7 5" SWmp; 3-6 An 12/5/2022 03 30 00 Mu Design Ho1Cvn - SOR, fc. 1822 3600 psi Concrete for (DrM d ShaDsl/LiA Mtf and Traffic Signal Foundations 5 5-7 5" SWmp; 0-3 'Ai' 9/9/2022 033000 3 30 00 M. Design Ho1Cvn - SOR, fc. 1859 4000 psi Concrete for (DdU d ShaDs)/Lightfeand Traffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 14/7/2023 033000 M. Design fgmm Concrete & Aggregates IOLQS50N 3.600 psi Concrete for (Drilled Shafls)/L,6tf and Tmffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 4/7/2023 03 30 00 M. Design Liquid Slone C361DHR 3.600 psi Concrete for (Drilled ShafD/Li6tfg and Tmffic Signal Foundations 5 5-7 5" SWmp; 36%An 6/27/2023 03 30 00 M. Design Marl. M_ U2146N41 6.44sacks /3.600 psi Conuete for (Drilled Shafts) / Lighting and Tmffi, Sigoal Foundations 5-7" SWmp; 36%Ai, 6/27/2023 03 30 00 M. Design Marl. Manetta U2146K45 6.65 sacks / 3.600 psi Concrete for (DrBled Shaba) / Lighting and Trafic Signal Foundations 5-7" SWmp; 36%Ai' 8/42023 03 30 00 M. Design Marl. Manetta U2146R41 6.44 sacks / 4.500 psi Concrete for (DrM d Piers)/Li6t Pole bases. 5-7" SWmp; 3-6%- 8/22/2024 03 30 00 M. Design NBR Ready Mix 135K2524 3500 psi Concrete for (D'MW Shaft) LighM k Foundations 5 5" SWmp; 36% AQ 8/22/2024 03 30 00 Mu Design NBR Ready Mix 135K0524 3500 psi Concrete for (D'MW Sha(t) Lightpole Foundations 5 5" SWmp; 36% AQ 5/15/2023 03 30 00 M. Design Redr-Mx SOL115D5 3600 psi Concrete for (DrM d Shaf) /L 61h and Tmffic Si —I Foundations 5 5-7 5" SW—; 36%Air bther Applications 9/92022 03 30 00 Mu Design Argos DIOOO0001083S 4000 psr Concrete for VW, Pads, Wlets, Sttucmres, Headwalls, Thmsl Blocking 3-5" SWmp; 36% Air .1022 03 M W Mu Design Argos D10000001083 4000 psr Concrete for Valve Pads, flats, Stmcmres, Headwalls, Thmsl Blockmg 3-5" SWmp; 36% Air 9/9/2022 03 30 00 M. Design Argos D70000001681 4000 psr Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 3-5" SWmp; 3-6 Ai, 9/92022 03 30 00 M. Design Csder Concrete FWCC602001 4000 Is r Concrete for Sl— Drain Slmcmre,, Manholes, Headwalls, Remmmg Walls, Valley Goners, Dnve Approaches 3-S" SWmp; 36%Ah 9/92022 03 30 00 Mu Design Charley, Concrete 4518 4000 psi Concrete for Headwalls, Win —ally 3-5" SWmp, 36% Ah 9/92022 03 30 00 Mu Design Charley, Concrete 5642 4000 pi Concrete for Storm Dram Stmcm— 3-5" SWmp, 3fi%Ah 9/92022 033000 Mu Design City Concrete Compnany 40LA2011 4000 psi Concrete Mu for Storm Draw SWCWres 3-5"SWmp, 36%Ah 9/92022 03 30 00 Mu Des r Cw Tovm Red, Id& 260-2 3600 p,i Concrete Ma for Box Culvert,, Headwall, 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu D.V Cow Tovm Redi Mu 360-1 3600 pal Concrete Mu for Box Culverts, Headwalls, Wig tls 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu DIV Cow Tovm Redi Mu 260-1 3600 psi Concrete Mu for Headwalls 3-5" Slump; 3fi % Ah 1/29/2024 03 30 00 Mu DIV Eshada Ready Ma R3655AEWR 5.50 Sacks / 3,600 Mi Concrete for Headwalls, Wf all,, and Culverts 3-5" Slump; 3fi % Air 9/9/2022 03 30 00 Mu Deswr OCH Concrete Services GCH4000 4000 pal Concrete for for Sidewalks, Ramps, Headwalls, flats, and Sfm Draw Simc 3-5" Slump; 36%Air 9/9/2022 033000 Mu Desr Holcim -SOR, fc. 1851 4500 pai Concrete£orSform Drew Simclmes, Hand Placed Pavfg 3-5"Slump; 36%Air 4/l/2023 03 30 00 Mu Desrgp Martf Marietta 310LBP 3,600 psi Concrete for Re mi.g Walls 3-5" Slump; 4-7%Air 8/30/2023 033000 Mi. DZe Martf Marietta R2141R30 5.85SK/4,000psi Cneretefr Box Clverts&Headwalls 3-5"SWmp; 36%Air 9/92022 03 30 00 Mix Design Martf Marietta R2146035 4,000 psi Concrete for Manholes, flats & Headwalls, Valve Pads 3-5" Slump; 36 % Air 12/5/2022 03 30 00 Mix Desig Redi-Mix 1OL115CI 3600 psi Concrete for Manhole, flat, ]unction Box, Headwall 3-5" Slump; 3-6% Air 9/92022 03 3000 Mix Desigp SRM Concrete 40050 4,000 psi Concrete ibr Headwalls, ReWffg Wall, Collars 3-5" Slump; 3-6% An 9/92022 03 3000 Mix Desigp SRM Concrete 35022 3,600 psi Concrete ibr Junction Box, ReWffg Walls 3-5" Slump; 3-6% An 4/l/2024 033000 M. 4FW6020A2 9/92022 03 30 00 Mu Des�� TR—tt Concha 4000 psi Concrete Mix for Storm Dram SWctures 3-5" SWmp, 36% Ai, Cl... P(Mac fe pl. ced�Pavfe) 9/92022 32 13 13 Mu Design Argos DIOOO0001617 3600 psr Concrete for Mach.e Placed Paving 1-3" SWmp;') °, Ai, b/24/2024 32 13 13 Ma Design Brg Town CvcreAe 360060-1 3600 psr CvcreAe for Mach.e Placed Paving 1-3" SWmp; 36% Air 6/24/2024 32 13 13 Ma Design Brg Town C ,,(, 362060-1 3600 psr C ,,(, for Mmh.ce Placed Paving 1-3" SWmp; 36%Air 9/92022 321313 Mu Design Csder Covcrete FWCC552091 3600 psr for Machine Placed Pay.g 1-3"SWmp;36%Av 9/92022 321313 Mrs Design Carder Covcrete FWCC602091 4000 psr for Machine Placed Pay.g 1-3"SWmp;3b%An' 9/92022 32 13 13 Ma Design CharWys Concrete 5167 3600 psr Cvaele Ma for Machine Placed Pay.g 1-3" SWmp; 36%An 9/92022 32 13 13 M. Destgn Crty Covcrete Cmpmy 36LA2011 3600 psr Cvrxele Mrs f Mach.e Placed Pay.g 1-3" SWmp; 3-6% AQ 9/92022 33 13 13 M. Design Cow Tow. Redr M. 257-M 3600 psr Concrete Ma f Mach.e Placed Pay.g 1-3" Stamp; 36°/" Av I1/142022 32 l3 13 Ma Design Cow Towv Re& M. 317-M 3600 psr Concrete M. for Mach.e Placed Pay.g 1-3" SWmP; 36% Av 9/92022 32 l3 13 M. Design Cow Towv Re& M. 260-M 4000 per Cvaete M. for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 1/92022 32 l3 13 Ma Design Cow Town Redr M. 360-M 4000 psr Concrete Ma for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 2/62024 32 L313 M.Desrgo 8s da Ready M. TD3655AEWR 5.50 Sacks/3,600 psr C.—for Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 9/92022 321313 Ma Desrgo fgrary Cvcrem&Aggregates 2MWR-056PS5D5 4000 per C.— Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 8/42023 321313 M.Design Mart. Manetta Q2141R27 5.69 sacks/4,000 psr Concrete for Mach.e Placed Pay.g 1-3"Slump; 3-6 t 112/2022 32 l3 13 Ma Design Mart. Manetta Q2141K30 4,000 psr Covcrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t l0/4/2023 32 l3 13 M. Design NBR Ready Mu TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 10/4/2023 32 l3 13 Mix Design NBR Ready Mu TX C SF -NY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 9/162024 32 l3 13 Mix Design SRM Concrete 40025 4000 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 3-6% Av 9/92022 321313 Mix Design Tarrant Concrete FW5520AMP 3600 psr Concrete fin Machine Placed Pay.g 1-3"Slump; 3-6 Av 9/92022 32 13 13 M. Design T. G. Red, M. 0255 2301 3600 psr Concrete M. for Machine Placed Pay.g 1-3" SWmp; 3.56.5 % An 9/92022 32 13 13 Mu De m Tme Gnt Redi Mu 0260 2302 4000 psr Concrete Mu for Machine Placed Pay.g 1-3" SWmp; 3.Sb.5%Ah' CWss H (Han Pl_d Pavan¢) 9/91022 32 13 13 Mu Design American Concrete Company 45CAF076 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% Ai' .1022 32 13 13 Mu Design Argos D70000001273 4500 psr Concrete for Hand Pl—d Paving 3-5" Skimp36% Ai' 9/9/2022 32 13 13 M. D.w Argos D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design Argos D70000002107 4500 psr Concrete for Hand Placed Paving 3-S" SWmp; 36%A " 9/92022 32 13 13 M. Design Argos D10000001791 4500 psr Concrete for Hand P _d Pay.g 3-5" SWmp; 36%Aa 9/92022 32 13 13 Mu Destgn Argos D10000001103 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36%An 5/22023 32 13 13 M. Destgn Brg D Concrete CM14520AE 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36 % AQ 9/92022 32 13 13 M. Design Brg Town Concrete 452065-1 4500 psr hand placed pawng 3-5" SWmp; 36 % An 9/92022 32 13 13 Ma Design Brg Town Concrete 450065-1 4500 psr hand placed pay.g 3-S"SWmp;36./ 9/92022 321313 Ma Design Bumco Texas 4SUSOOBG 4500 per Cvcrete Ma for Hand Placed Pay.g, Srom Srmcv 3-5"SWmp; 3-6 t 9/92022 321313 Ma Design Carder Concrete F'WCC602021 4500 psr covcrete for Hand Placed Pay.g 3-S"SWmp; 36%Av 9/92022 32 l3 13 Ma Desrgo Charkye Covcrete 4609 4500 per Covaere M. for Hand Placed Pay.g, MaMoles 3-5" SWmp; 3fi % t 9/92022 32 l3 13 Ma Desrgo Charleye Covcrem 6103 4500 per Cvcrere Ma for Hand Placed Pay.g MaMolee 3-5" Imp 3fi % Av 9/912 22 32 l3 13 Ma Design Crty Co w Compavy 45NA2011 4500 psr Concrete M. for Hand Placed Pay.g 3-5" Slump; 3fi % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr Ma 265 4500 psr Concrete Ma for Hand Placed Pay.g 3-5" Slump; 36 % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr M. 365 4500 psr Covcrete M. for Hand Placed Pay.g 3-5" Slump; 36 % Av l/29/2024 321313 Mix Design Esnade Ready Mu R4560AEWPJ 6.00 Sacks/4,500 psr Concrete for Hand Placed Pay.g 3-5"Slum; 4-6 t 9/92022 32 l3 13 Mix Design GCH Concrete Se GCH4500 4500 psr Concrete Hand Placed Pay.g 3-5" Slump; 36 % t 9/92022 32 l3 13 Mix Design Holc.r - SOR, Mc 1851 4500 psr Concrete fin SWm Dm. Snac.re,, Hand Placed Pay.g 3-5" SlumP; 36 % Av 9/92022 321313 Mu Design fgmm Concrete&Aggregates 2MWR-161PS5EM 4500 psr Cpnmele M.for Hand Placed Pay.g 3-5"SWmp; 3.56.5%Ai' 9/92022 32 13 13 M. De gn I, Concrete & Aggregates 2MWR-161UV5DM 4500 psr Concrete for Hand PWced Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design fgmm Concrete &Aggregates 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36 ' A' I12/2022 32 13 13 Mu Design Marl. Manetta R2146N35 6.11 sacks / 4,500 psr concrete for Hand Place Pay.g, flats, Manholes, Headwalls 3-5" SWmp; 36%A " 8/42023 32 13 13 M. Des Marl. Manetta R2146R36 6.17 / 4,500 N, Concrete for Hand Placed Pay.g 3-5" Skimp; 36%A , CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 M.6 esip Marctta 32 13 13 Mi, 119p (Martin Martin Mabctta 32 13 13 Mi. Deslipr Martin Marietta 32 13 13 Mu Derr Martin Marietta 32 13 13 Mi. DIV Martin Marietta 32 13 13 Mi, Des r Martin Marietta 32 13 13 Mu D.'Vp Martin Marietta 32 13 13 Mu Desr Martin Marietta 32 l3 13 Mu D.p Martin Marietta 321313 Mi. Des�r Martin Marietta 321313 Mi. DIF Mari Marietta 32 13 13 Mi, Des�r rti Man Marietta 32 l3 13 Mi. DesVr NBR Ready Mi, 32 l3 13 Mi. Des r NBR Ready Mis 321313 Mu Desr Osbum 321313 Mi. Desp Rapid Redi Mi, 321313 Mix Desran Red' 32 13 13 Mix Desum Redi-Mu 321313 Mix Design Redi-Mi. 32 13 13 Mi, Des0 Redi-Mix 32 13 13 M& Dell' SRM Concrete 32 13 13 Mi. Deslr SRM Concrete 32 13 13 Mu Derr Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Des r Titan Ready Mu 321313 Mi. Des r Tme Grit Redi Mu 321313 Mi Des r T. Grit Redi Mi. 321313 Desna Tme Grit Redi Mi. lass HE ( Eery Strength Pavina) 32 13 13 ix Des�� Hia D Covcrete 32 13 13 Mu Des��f Hamco Texas 32 13 13 Mix Desl�r harleys C nc t 321313 Mu Derr Cow Town Redi Mu 321313 Mi, Der r Cow Town Redi Mi. 321313 Mu Desr Cow Tovm Redi Mu 321313 Mi, Des r Cow Tovm Redi Mu 32 13 13 Mi. Des r Estrada Ready Mi, 321313 Mi, D.WFA Holcim -SOR, Inc. 32 l3 13 Mu D- Liquid Stone 32 13 13 Mu D.VV Martin Marietta 321313 Mix Des Redi-Min 321313 Mix DeeV SRMC verete 32 l3 13 Mix Des, SRM Concrete 321,3 13 M. Des Tamm Concrete 321313 alas S ridge ix Des�rj� abs Top Slabs of Direct Tammt Concrete Trafl c Cohen/ AJ��ra rh Slabs) 32 13 1 f Mix Dell' Cow Town R d. ivlix 32 13 13 Mix Des��r Cow Town Redi Mix 32 13 13 Mix Desl�r Cow Town Redi Mix 321313 Mu Deer Estrada Ready Mix 32 13 13 Mu De p Martin Marietta 321313 Mu Des', Martin Marietta 321313 Mu Desp NBRReady Mu 321313 Mu D-W. NBR Ready Mi, 32 l3 13 Mix Dea r Redi-Min 32 l3 13 M& Des,Wp SRM Conorale Concrete Base Trench R-4, 03 34 16 Mu D,,�p Humco Texas 03 34 16 Mu D It, Hamco Texas ontrolled Low Btrener6 Material 0334 13 Mu Del Hamco Texas 03 34 13 Mix Des�� Carder Concrete .3313 M& Des', Garda, Concrete 033413 M&D., City Concrete Comrany 03 34 13 Mu Deefr Cow Town Redi Mu 03 34 13 Mu Desp Martin Ma6,ma 0334 13 Mi. DIP NBR Ready Mu 033413 Concrete FB Mi, Desran j Tapsnt Concrete I31 37 00 tr� Des��f (Martin Marietta 31 37 00 Mu Design Marlin Marietta R2146N36 R2146K36 R2146K37 R2146R44 R2146K44 R2146P36 R2146K36 R2147241 R2146236 R2146036 R2146242 R2146042 CLS P2-YY CLS P2-NY 45A60MR RRM6320AHP 10MI 1524 10MI15D4 10M11504 145CD5P4 45023 45000 FW6020AHP FW60AHP TCFW6020AHP TRC4520 0260.2301 0265.2301 270.230 I4500AE 55UI20AG 6589 370-INC 375-NC 370-NC 380-NC 4575AESC 2125 C451DHR-A R2161K70 10NI 1507 50310 40326 FW6520AMR FW7520AMR 4,500 pMi Concrete for Hand Placed Paving°¢ ml 6.22s k/C4,SOOtpsioConacretelfor Hanad Placed Pavirl 6.60 Sacks / 4,500 psi Concrete Mu for Hard Placed Paving 6.60 Sacks / 4,500Ijlei Concrete Mi for Hand Placed Paving 4,500 psi Concrete for Hand Plaeed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Comrele for Hand Placed Paving 4,500 psi C—mu, for Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavina, Inlets 4,500 psi Concrete fur Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavirl�r 6.50 Sacks / 4,500 psi Concrete f, Hand Placed Pavina 6.50 Sacks / 4,500 psi Concrte f, Hand Placed Pavina 6 SK / 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete f, Haad Placed Pa"y 4500 psi Concrete Mix fur Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Paving, Storm Drain Sma,ft es 4500 psi Concrete Mix fr Hand Placed Pavira 4500 psi Concrete Mi. for Hand Placed Paving, Smmr Drain Structures 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Pavma° 4500 psi Concrete Mi.for Valley Gutters, Hand Placed Paving 5000 psi Concrete for Hand Placed Paving 4500 psi Concrete for H�'� Early ShyenaOr P^�aptv-u'�`Rp Sma� 4500 psi Concrete Mu for r H?a a,tY Strenalh Paving 4500 psi Concrete for DES Pavmg 5000 psi Concrete for DES Pavina 4500 psi Concrete for HES Paving 4500 fljjsi Concrete for HES Pa 1.50 Sacks / 4,500 epi (3,000 �i (aJ 3day) Concrete fr HES Pavioa 5000 �i C ncrele BE Pavma 4500pr Comrete foHES P.7J6,000pi(3,000pa24nnJaConH M�HsavHES Paving4500 pi (2600 psi4 5,000 piCorete�SPmg 4,500 (3,000 (3-0ays) psi Concrete f r HES Paving 4500 (3000 psr 3-0ays) psi HES Pavl9 450013000 pei ,3-dms) psi Concrete RES Pavina 31" Slum, 36%Air 31" Shunp, 36%Air Slump 3-5" Sh,, 36%Air 31" Slump, 3-%Ate 3-5" Slump, 36% A6 3-5" Slump, 36% Av 3-5" Slump, 36%Air 3-5" Slump; 4.5-7.5%Air 3-5" Slump; 3Air 3-5" Slump; 36 6% % Air 3-5" Slump; 36% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Au 3-5" Slump; 3-6% Au 3-5" Shunp, 3-6 Air 3-5" Slump, 36%Air 31" Slum,, 36% Air 3-5" Slump, 36%Ate 311. Slump, 36%Ate 3-5" Slump, 36% Air 3-5" Slump, 36%Ate 3-5" Slump, 36%AI, 3-5" Slump; 3.56.5%Air 3-5" Slump; 3-6% Air 31" Shunp, 3-6 Air 3-5" Shun,, 36%Air 31" Shun,, 36% Air 3-5" Slum,, 36%Ate 31:: Slump, 36% 1 3-5" Slump, 36%Ate 3-5" Slump, 3-6 Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Atr 3-5" Slump; 36% Air 3-5" Slump; 4.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 260 4000psiCConcrMfoSabsBooxx Cuvrt, Hwwals e Hri 35 3661 360 000 p 4MuforBriSbBhrtsHdalls F SSmp 3-5lmp,36%Ate 365-STX 4000 sii Concrete for Bridge sl s, ro� slabs ofdvect msffrc cal— apq ..h slabs-TXDOT Class S-No Fly Ash 3-5" Shunp, 36%Ate R4060AEWR 6.00 3 arks / 4,000 �gj i Concrete for Brdge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psi Concrete?.,Bridae Deck 3-5"Slum:4.5-7.5%Ate R2146P33 6.01 sacks / 4,000 Rai concrete for B, Deck 3-5" Slump, 36% A6 TX S-NY 5.50 Sacks / 4000psric.msete Mu for C s S Smb Paving -No Fly Ash 3-5" Slump, 36%Ate TX S-YY 4.50 Sacks / 400 Conc,ele Mu fo, Class S Slab Paving 3-5" Slump; 36 % Air 156115D4 4000 psi Brida, s 3-5"Sl.mp;36%Air D100008553CB 4,000gppa�i Concrete fo, Bdridge Approach Slab, Deck Slab 3-5" Slump; 36%Ate I08Y4 0BA IS00 psl lozub, M'afo Bes-for Trench RepT �7WShhum, 36%Ate OIY61OBF 100}lsiConcrete Mix f, Flowable Fill Flowable, 8.5-11.5%Ate FWCC359101 50-150 psi Plowable Fill - CLSM 3-5" ShamQQ, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Plowable, 8.5-11.5%Ate I1-350-FF 50-150 si Conc,ete for Flowable Fill-CLSM Flowable, 8-12%Ate Mi.#9 70nMi�lowable Fdl-CLSM 7-9"Stump, 8-11%Ate FL W25A 8-10"SluoJp�, FTW FLOW FR,L I50,,sr iconcretefor HowabbleFiWCLSM 8-12%Ate FWFF150CLSM 50-150Mi Flowable Fill-CLSM Plowable; 8-l2%Ate R21160330 I4,000 psi Concrete for R map 3I., Slump, 36%Ate Asphalt Paw¢ 9/9Y1022 321216 Mu Design Austin Asphalt FT5BI17965 FT5B117965PG64-22Ty BFme Base 9/9/'2022 321216 Mu Design Austin Asphalt FTIB139965 FTIB139965PG64-22Ty BR -Base 9/9/2022 321216 Ma Design Austin Asphalt ITIB117.2 FTIBI17.2 PG64-22 TW.B Fme Base 5/1R024 32 1216 Mu Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Ma Design Reynolds Asphalt I112B I112B PG64-22 Type B Fme Base 9/9/2022 32 12 16 Ma Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fme Base 12/5/2022 33 12 16 Mm Design Suu nmm Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Fme Base 9/92022 32 1216 Mu Design Suamoum Pavmg 34 1 -BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fme Base 9/92022 32 1216 Ma Design TXBIT 37-211305-20 37-2l l305-20 PG64-22 Type B Fme Base 9/9/2022 32 1216 Ma Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 9/9/'2022 32 1216 Mu, Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 9/9/2022 32 12 14 Mu Design ITXBIT 4/1/2024 32 12 16 etttdble Mix Des�e my Sp�nce aDW$-Pavers TXHIT 9/9/2022 321320 Pine Hall Brick(Winstou Salem, NC) 9/9/2022 321320 DWS-Pavers Western Brick C..(Houstom TX) 9/9/2022 321320 �'21321 DWS-Composae 9/9/2022 DWS-Composite ADA "s(Wthnin -M� 4/72023 321320 DWS-Pavers S1.1 ADA Somtions(Wt knigtZ MA) Silicone Joint Sealant 9/92022 132 D 73 Joint Scala,[ Dow 9/9/2022 32 13 73 Joint S.Im Tremco 9/92022 32 13 73 Joint Sealant Pecors 9/9/2022 32 13 73 Join[Scalant Crsfco 11 Trench Embedmeul Saud 9/92022 33 05 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Matenals 9/92022 33 05 10 Embedment Saud F and L Dvt Movers 9/9/2022 33 05 10 Embedment Saud F and L Did Movers 9/92022 3305 10 Embedment Sand I. Top Mmtm ManeOa I64 224125-18 PO I64 224125-18 PO70 2pe 2 TyD Fine Surface 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R T— D Fme Surface Tackle Pavers Delegable Warning Pavers Armor Tile IT mg, Brick CB Composite P—, Delegable Wamine Pavers 890SL 1890SL-Cold Applied, Single Component, Silicone Jowt Sealant 900SL -Cold Applied, Single Component, Silicone Joint Sealant 311 300SL 300SL-Cold AppW Single Component,Silicone Joint Sealant RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant U01try Embedment Sand U: ny Embedment Sand Uldtry Embedment Sand Uldtry Embedment Sand Utdny Embedment Sand Storm SeaverManholea&Basen/Fra—&Covers/Standnrd/fR und)33-05-13 9282018 33013 Madwle F.— sad Covers A —Cast (G- Steel Compevy, LTD) IMHRC 4220605 MHRC #220605 (Si.- "'24" DW 19/28/2018 330513 Manhole Covu Neenah Foundry NF-1274-T91 NP-1274-T91(Size -32"Din.) 1928/2018 33 Manhole Framesand Covers Neenah Foundry NF-1741-LM(Hmged) NP-1743-LM(Hinged)(Size-32"Die.) 9/28/2018 330513 Manhole Frame Neenah Foundry NF-1930-30 NP-1930-30(Size-32.25"Die.) 9/282018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV(Sime-32"Din.) 4/32019 330513 Manhole Frames and Covers SIP lndasnies++ 1279ST 22795T (Size-24"Die.) 4/3/2 330513 Manhole Frames end Covers SIP Industries++ 2280ST 2280ST (Size-32"Dig.) 11118/2020 330513 Manhole Frames and Covers EJ( Fomtally East Jordan I—NV.&O E11033 Z2/A EJ1033 Z2/A(Sim -32.25"Dk,) 330513 Cmbinlet Covers SIP Industries++ 2296T 2296T(Sim -"""24"Dk,) �3/82024 6/18/2024 330513 Curb Inlet Covers SIP lndastries++ 1I2279STN 2279STN(Size-24"Dk,) •*Note: Annewdere(opmen and urn innallarian manho/e /ids sxa/l zed the minimum 30-inrb opening requlemenras specled in Ciry Speril+ra�ian 33 OS l3. Arrysmal/er opening sius wJl onty De allowedfor exisn'ng manxo/es rMr require replaremenrframesgnd rovers. Storm Sewer - Inlet& Slrugures 33-05-13 10/8/2020 33 49 20 Cmb We. Fot — 10/8/2020 33 4920 Curb Inlets Fonema 10/82020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 333920 Manhole Fonema 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Mmhole Fodema 3/192021 349 20 Curb Inlets Thompson Pipe Group 3/19/2121 333492 0 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Gpap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Oroap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Menhole Thompson Pipe(Jroup 3/19/2021 333920 Manhole Thompson Pipe Gonp 3/19/2021 333920 Manhole Thompson Pipe(1rouP 3/19/2021 333920 Manhole Thompson Pipe Goup 3/19/2021 333920 Manhole Thompson Pipe Goup 3/192021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 13/19/202: 33 49 20 Drop Inlet Thompson Pipe Goup 13/19/20233 49 20 Drop lnlg Thompson Pipe Goup 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Goup 18/28/2023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole OldcaetIe 8282023 33 49 10 Manhole OldcastIe 8/282023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole Oldcagle 8/28/2023 33 49 10 Manhole 01& le 8/28/2023 334910 Manhole Oldcaetle 8/28/2023 334910 Manhole Rieke, Materials 8/28/2023 333920 Curb Inlet ] 0 k 3' Rises Thompson Pipe Gcap 8/28/2023 333920 Cnrb Inlet 15 k3' Rises Thompson Pipe Gonp 8/28/2023 333920 Cutb Inlet 20'x 3' Rises Thompson Pipe Gonp 1/12/2024 334920 Drop Inlet AmeriTex Pipe&Products 1/12/2024 334920 Drop Inlet Ame U. Pipe&Products 1/19/2024 334920 Manhole AmetiTex Pipe&Products 1/19/2024 334920 Manfiole AmeriTex Pipe&Products 1/192024 334920 Manhole AmeriTex Pipe&Prodacts 1/19/2024 33 49 20 Manhole AmeffT Pipe &Products 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 1/19/2024 334920 Manhole Amer.T- Pipe &Products 1/19/2024 334920 Manhole Amer- Pipe&Products 1/19/2024 334920 Medwle A —Tex Pipe&Products 7/16/2024 33 49 20 Catb Wets =,Tex Pipe &Prodmre 7/16/2024 33 49 20 Cmb Ides A —Tex Pipe &Prodmre •*Note: Pre -cast inkms are appored/rMe s gelponion /Meu—e fast,/my. SraBe llpomn x-005-PRECASTSim 10' X 31 x-0PRECAST::-PRECAST'" (Size-0'X 31 x4.5-0PRECAST'-PRECAST''X 51 x4-020'" (Siu-10. -PRECAST Siu 0'X4 14 4ApegE_ :R-ECA�(Siu-TX� 41 34 ]0-PRECAST-TOP (Size - 5' X 51 :54 -PRECAST-BASE (Size - 5' X 51 :6411-PRECAST-TOP (Si. - 6' X 6) :6411-PRECAST-BASE (Si. - 6' X 6) IX3-005-PRECAST INLET"" (Size - l0' X 31 IX3-405-PRECAST INLET"^ (Size - l5' X 31 X3-005-PRECAST INLET" (Size - 20' X 7) C4409-PRECAST TOP (Size - 4' X 41 C4409-PRECAST BASE (S¢e - TX 41 C4-012-PRECAST 4-17 RISER (Si. -4' X 41 C5-0l0-PRECAST TOP (Si. - 5' X 51 C5-0l0-PRECAST BASE (Sim - 5' X 51 C5412-PRECAST 5-17 RISER (Si. - 5' X 51 C64 I 1-PRECAST TOP (Sim - 6' X 61 C64 -PRECAST BASE (Sim-6'X61 C6412-PRECAST 6-17 RISER (Size - 6' X 61 C7411-PRECAST TOP (Si, - TX 71 C7411-PRECAST BASE (Size -7' X 71 C7412-PRECAST 4-17 RISER (S¢e -7' X 71 C841 I -PRECAST TOP (Size -8' X 81 C841l_PRECAST BASE (Size -8' X 81 C8412-PRECAST 5-17 RISER (S¢e -8' X 81 C4408-PRECAST INLET (Si a-4'X 41 C5408-PRECAST INLET (Si a-5'X 51 C6408-PRECAST INLET (Size - 6' X 61 4' x T Snicked Mmhole (Size -T X 4) 5x8Stom Jmton Box (Siz-5X 8) 4'x4' Stomtou xSiz-4'X41 5' x 5' Storm Jmctiou Box (Size- 5' X 51 6' x 6' Storm Juuctiou Box (Size -6' X 61 8' x 8' Storm Juuctiou Box Base (Size - 8' X 81 5' x 8' Storm Junction Box Base (Size - 5' X 81 -4'X 41 Inlet Rieer (Size - 3 F11 hilet Riser (Size - 3 F11 Inlet Risen (Si. - 3 FF) Drop Inlet (4' X 41 Drop Inlet (5' X 51 Precast 4'x4' Storm Junction Box Precast 5k5' Stomt Junction Box T Precast T—nion MIT (T MH on the top of 5' 1B) Precast 0,6' Storm Junction Box 6' Precast Tanslnon MIT (T MH on the top of 6' 1B) Pmem 8M' Storm Junction Box 8' Precast Taasinon MIT (4' MIT on the top of 8' 1B) Tvm C Smmt Drain Manhole on Box (4' MIT on the top of RCB) 100 P.e." (Size 10'. 3) 150 Precast'" (Size 15' x 3) are requ/red m be rear /n-Plarc No exopd—w 1hh regairemenrsbal/be a/lowed. FASTM D5893 TM D5893 TM D5893 TM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M3N ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 AS 615 AS 615 AS M 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS M C478 AS M C478 AS M C433 AS 1M C913-16 AS C913-16 AS C913-16 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 ASTM C913 AS M C913 AS M C913 ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Storm Sewer -Pl— & Boxes 33-05-13 3341 13 Storm Dram Prpee Ad—ed D..ge Systems, Inc (ADS) ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & A SHTO M330 334110 Sturm Dram Pipes Rinker Materials Reinforced Concrete Pipe Top end Goove Joint Pip, (Sim -21"or 1—) ASTM C76, C655 334110 C.1—Box Rinker Mmerlals Reinforced Concrete Box Culvert(Sze- Verions) ASTM C789, C850 3341 10 Storm Drain Pipes Ame ffe Pipe &Pmdacts Reinforced Concrete Pipe Tongue end Goove Joint Pipe' (Size -15" .1Imer) ASTM C76, C506 344110 C.N. Box AmeriT-P��'PPe&Pmdacts Reinforced Concrete Box C.1 er (size -Various)) ASTM C1433,C1577 3541 10 Storm Drain Pipes The T— Co. Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size -15" or huger) ASTM C76, C506 3341 10 Culvert Box The Tumer Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 3341 10 Storm Dmin Pipes Thomlt�(��on Pipe Goup Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 334110 CM" Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 33 41 10 Stmm Dmm Ppee Old —de Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC.